Loading...
HomeMy WebLinkAbout4.16 Agreement with Gannett Fleming and Amendments to Agreements with MNS Engineers, Inc. and Swinerton Management & Consulting for Construction Management and Inspection Servicesr DUBLIN CALIFORNIA STAFF REPORT CITY COUNCIL DATE: .Line 6, 2023 TO: Honorable Mayor and City Councilmembers FROM: Linda Smith, City Manager Agenda Item 4.16 SU B.ECT : Agreement with Gannett Fleming and Amendments to Agreements with MNS Engineers, Inc. and Swinerton Management & Consulting for Construction Management and Inspection Services Prepared by: Jordan Foss, Management Analyst 11 EXECUTIVE SUMMARY: The City Council will consider approving amendments to agreements with MNS Engineers, Inc. and Swinerton Management & Consulting for construction management and inspection services. Additionally, the City Council will consider approving an agreement for construction management and inspection services with Gannett Fleming. STAFF RECOMMENDATION: Take the following actions 1) Adopt the Resolution Approving Amendments to the Agreements with MNS Engineers, Inc. and Swinerton Management & Consulting; 2) Adopt the Resolution Approving an Agreement with Gannett Fleming. FINANCIAL IMPACT: All charges will be in accordance with assigned project and on -call work and will be covered by the adopted Capital Improvement Program budgets or through permit and developer deposit accounts. DESCRIPTION: Construction Management and Inspection Services Amendments The Public Works Department utilizes consultants on Capital Improvement Program (CIP) projects, private development projects, and for on -call, as -needed services. Services provided assist Staff in specific areas of technical and professional expertise. Consultants are solicited through an open and competitive request for qualifications (RFQ) process. Page 1 of 3 638 Using the RFQ process, the City Council authorized entering into agreements with MNS Engineers, Inc. and Swinerton Management & Consulting (Swinerton) on June 15, 2021 (Resolution No. 72- 21), for a not -to -exceed compensation amount of $1,000,000 for construction management and inspection services related to multiple CIP project work. The term of these agreements expires on June 30, 2024. On December 16, 2021, the agreement with Swinerton was amended to include emergency operations assistance within the scope of work. As Staff determines the need for services on projects, task orders against the specific agreements are issued. If a construction manager or inspector is selected to continue with additional services, Staff often amends the assigned task order or issues a new task order to include the additional services. Staff tracks the use of agreements and will occasionally utilize one firm more than others due to the skill set of the construction manager, specialty services of the firm, familiarity with the project site or location, or experience with the project scope of work. In July 2021, Swinerton was selected to provide construction management and inspection services for the Cultural Arts Center project. The project went to construction in October 2022 and construction is anticipated to be completed in April 2024, which is two months before the end of the three-year agreement term of June 30, 2024. Additionally, the task order issued to Swinerton for the Cultural Arts Center did not include post -construction, warranty, and project closeout support because those activities could not be covered under the $1,000,000 not -to -exceed compensation limit. Staff recommends amending the agreement with Swinerton to extend the term through June 30, 2026, and to increase the not -to -exceed compensation limit to $2,000,000, which will allow for project closeout support on the Cultural Arts Center and for support on other projects as needs arise and project budgets allow. MNS Engineers, Inc. is utilized by multiple divisions within the Public Works Department. In this upcoming Fiscal Year, it is anticipated that the not -to -exceed amount in the original agreement will be reached. Further, Staff desires to utilize the firm's services beyond the June 30, 2024 expiration date. Staff recommends amending the agreement with MNS Engineers, Inc. to extend the term of services through June 30, 2026, and to increase the not -to -exceed compensation to $2,000,000 to provide uninterrupted services and to provide support on other projects as needs arise and project budgets allow. Construction Management and Inspection Services Agreement Staff identified additional projects that were not a part of the original solicitation for services in 2021. The projects are the Iron Horse Nature Park and Open Space - Phase 1 and Green Stormwater Infrastructure. To ensure that qualified firms were provided the opportunity to propose services for the newly identified projects, Staff solicited consultants through an open and competitive request for proposals (RFP) process. The RFP process is used to identify consulting firms with the necessary background and experience to provide services. The Construction Management and Inspection Services RFP specified that selection would be based on quality and completeness of submissions as well as the project team's experience with engagements of similar scope and complexity. The RFP was sent to firms that had expressed interest in receiving RFPs and was also posted on the City's website. Page 2 of 3 639 Seven proposals were received from the following firms: Anchor, Associated Engineering Consultants, Gannett Fleming, Nova Partners, Park Engineering, SNG & Associates, and Townsend Management. In reviewing all proposals Staff recommends one firm, Gannett Fleming, to provide services on the Iron Horse Nature Park and Open Space -Phase 1, the Green Stormwater Infrastructure, and on other projects as needs arise and project budgets allow, for an agreement term through June 30, 2026, and a total not -to -exceed compensation limit of $2,000,000. STRATEGIC PLAN INITIATIVE: None. NOTICING REQUIREMENTS/PUBLIC OUTREACH: The City Council Agenda was posted. ATTACHMENTS: 1) Resolution Approving Amendments to the Agreements with MNS Engineers, Inc. and Swinerton Management & Consulting 2) Exhibit A to the Resolution - Amendments to Consulting Services Agreements 3) Resolution Approving an Agreement with Gannett Fleming 4) Exhibit A to the Resolution -Agreement with Gannett Fleming for Construction Management and Inspection Services 5) Original Agreement and Amendment to Agreements for Construction Management and Inspection Services 6) Request for Proposals for Construction Management and Inspection Services 7) Proposal for Construction Management and Inspection Services Page 3 of 3 640 Attachment I RESOLUTION NO. XX — 23 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN APPROVING AMENDMENTS TO THE AGREEMENTS WITH MNS ENGINEERS, INC. AND SWINERTON MANAGEMENT & CONSULTING WHEREAS, in 2021, Staff prepared and initiated a Requests for Qualifications (RFQs) for Construction Management and Inspection Services; and WHEREAS, during that time, Staff reviewed and selected the most qualified contractors and entered into agreements for these services; and WHEREAS, the City entered into agreements with MNS Engineers, Inc. and Swinerton Management & Consulting on July 1, 2021; and WHEREAS, the City amended the agreement with Swinerton Management & Consulting on December 16, 2021 to include emergency operations assistance; and WHEREAS, the City wishes to amend the agreements with MNS Engineers, Inc. and Swinerton Management & Consulting to extend the terms to June 30, 2026, and increase the not - to -exceed compensation. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby approve the amendments to the agreements with MNS Engineers, Inc. and Swinerton Management and Consulting, attached hereto as Exhibit A to this Resolution. BE IT FURTHER RESOLVED that the City Manager, or designee, is authorized to execute Exhibit A, and make any necessary, non -substantive changes to Exhibit A to carry out the intent of this Resolution. PASSED, APPROVED AND ADOPTED this 6th day of June 2023, by the following vote: AYES: NOES: ABSENT: ABSTAIN: Mayor ATTEST: City Clerk Reso. No. XX-23, Item X.X, Adopted 06/06/2023 Page 1 of 1 641 Attachment 2 AMENDMENT #1 TO CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND MNS ENGINEERS, INC. WHEREAS, on July 1, 2021, the City of Dublin (hereinafter referred to as "CITY") and MNS Engineers, Inc. (hereinafter referred to as " CONSULTANT ") entered into a Consulting Services Agreement for On -Call Construction Management & Inspection Services (hereinafter referred to as the "AGREEMENT"); and WHEREAS, the CITY would like to expand the services provided by the CONSULTANT; and WHEREAS, the CITY and CONSULTANT now wish to amend the Agreement to extend the term through June 30, 2026 by modifying section 1.1 of the Agreement and increase the not to exceed compensation amount to $2,000,000 by modifying Section 2 of the Agreement. NOW THEREFORE, for good and valuable consideration, the sufficiency of which is hereby acknowledged, the AGREEMENT is amended as follows: 1) Section 1.1 shall be rescinded in its entirety and replaced with the following: Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on June 30, 2026, and Consultant shall complete the work described in Exhibit A on or before that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City's right to terminate the Agreement, as referenced in Section 8. Notwithstanding the foregoing this Agreement may be extended on a month to month basis for up to 6 months upon the written consent of the Consultant and the City Manager, provided that: a) sufficient funds have been appropriated for such purchase, b) the price charged by the Consultant for the provision of the serves described in Exhibit A does not increase. None of the foregoing shall affect the City's right to terminate the Agreement as provided for in Section 8. 2) Section 2 COMPENSATION, the first paragraph shall be rescinded in its entirety and replaced with the following: Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed $2,000,000, notwithstanding any contrary indications that may be contained in the Consultant's proposal, for services to be performed and reimbursable costs incurred under his Agreement. In the event of a conflict between this Agreement and the Consultant's proposal, regarding the amount of compensation, the Agreement shall prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City, Consultant shall not bill City for duplicate services performed by more than one person. Page 1 of 3 642 3) Except to the extent inconsistent with this First Amendment, the Parties ratify and confirm all of the terms and conditions of the AGREEMENT. 4) All requisite insurance policies to be maintained by the Consultant pursuant to the Agreement, as may have been amended from time to time, shall include coverage for the amended term, as described above. 5) The individuals executing this Amendment and the instruments referenced in it on behalf of Consultant each represent and warrant that they have the legal power, right and actual authority to bind Consultant to the terms and conditions of this Amendment. SIGNATURES ON THE FOLLOWING PAGE Page 2 of 3 643 IN WITNESS WHEREOF, the parties hereto have caused this First Amendment to be executed as of the date of the City Manager's signature below. CITY OF DUBLIN MNS ENGINEERS, INC. DocuSigned by: By: By: _� E28193138F8F4E5..i Linda Smith, City Manager ureg uneini, Vice President Dated: ATTEST: By: Marsha Moore, City Clerk APPROVED AS TO FORM: By: City Attorney Page 3 of 3 644 AMENDMENT #2 TO CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND SWINERTON MANAGEMENT & CONSULTING WHEREAS, on July 1, 2021, the City of Dublin (hereinafter referred to as "CITY") and Swinerton Management & Consulting (hereinafter referred to as "CONSULTANT ") entered into a Consulting Services Agreement for On -Call Construction Management & Inspection Services (hereinafter referred to as the "AGREEMENT"); and WHEREAS, the CITY would like to expand the services provided by the CONSULTANT; and WHEREAS, the CITY and CONSULTANT entered into Amendment No. 1 to the AGREEMENT dated December 16, 2021, for the addition of a new section for Emergency Operations Assistance to the Public Works Department in the event of an emergency; and WHEREAS, the CITY and CONSULTANT now wish to amend the Agreement to extend the term through June 30, 2026 by modifying section 1.1 of the Agreement and increase the not to exceed compensation amount to $2,000,000 by modifying Section 2 of the Agreement. NOW THEREFORE, for good and valuable consideration, the sufficiency of which is hereby acknowledged, the AGREEMENT is amended as follows: 1) Section 1.1 shall be rescinded in its entirety and replaced with the following: Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on June 30, 2026, and Consultant shall complete the work described in Exhibit A on or before that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City's right to terminate the Agreement, as referenced in Section 8. Notwithstanding the foregoing this Agreement may be extended on a month to month basis for up to 6 months upon the written consent of the Consultant and the City Manager, provided that: a) sufficient funds have been appropriated for such purchase, b) the price charged by the Consultant for the provision of the serves described in Exhibit A does not increase. None of the foregoing shall affect the City's right to terminate the Agreement as provided for in Section 8. 2) Section 2 COMPENSATION, the first paragraph shall be rescinded in its entirety and replaced with the following: Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed $2,000,000, notwithstanding any contrary indications that may be contained in the Consultant's proposal, for services to be performed and reimbursable costs incurred under his Agreement. In the event of a conflict between this Agreement and the Consultant's proposal, regarding the amount of compensation, the Agreement shall Page 1 of 3 645 prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City, Consultant shall not bill City for duplicate services performed by more than one person. 3) Except to the extent inconsistent with this Second Amendment, the Parties ratify and confirm all of the terms and conditions of the AGREEMENT. 4) All requisite insurance policies to be maintained by the Consultant pursuant to the Agreement, as may have been amended from time to time, shall include coverage for the amended term, as described above. 5) The individuals executing this Amendment and the instruments referenced in it on behalf of Consultant each represent and warrant that they have the legal power, right and actual authority to bind Consultant to the terms and conditions of this Amendment. SIGNATURES ON THE FOLLOWING PAGE Page 2 of 3 646 IN WITNESS WHEREOF, the parties hereto have caused this Second Amendment to be executed as of the date of the City Manager's signature below. CITY OF DUBLIN By: Linda Smith, City Manager Dated: ATTEST: By: Marsha Moore, City Clerk APPROVED AS TO FORM: By: City Attorney SWINERTON MANAGEMENT & CONSULTANT —DocuSigned by: By . atA, ——FEA228FB505742B.. Jerrery uee, AIA, Vice President Page 3 of 3 647 Attachment 3 RESOLUTION NO. XX — 23 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN APPROVING AN AGREEMENT WITH GANNETT FLEMING WHEREAS, on March 22, 2023, Staff issued a Request for Proposals (RFP) for construction management and inspection services; and WHEREAS, the City received seven responses to the RFP; and WHEREAS, Staff reviewed and evaluated the proposals in accordance with the RFP rating criteria; and WHEREAS, the City desires to enter into an agreement with Gannett Fleming for these services for a not -to -exceed amount of $2,000,000 over a term beginning June 7, 2023 and ending June 30, 2026. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby approve the agreement with Gannett Fleming, attached hereto as Exhibit A. BE IT FURTHER RESOLVED that the City Manager, or designee, is authorized to execute amendments to the agreement to extend the term for a maximum of two years beyond the initial term. BE IT FURTHER RESOLVED that the City Manager, or designee, is authorized to make any necessary, non -substantive changes to Exhibit A to carry out the intent of this Resolution. PASSED, APPROVED AND ADOPTED this 6th day of June 2023, by the following vote: AYES: NOES: ABSENT: ABSTAIN: Mayor ATTEST: City Clerk Reso. No. XX-23, Item X.X, Adopted 06/06/23 Page 1 of 1 648 Attachment 4 CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND GANNETT FLEMING FOR CONSTRUCTION MANAGEMENT, INSPECTION SERVICES, AND MATERIALS TESTING THIS AGREEMENT for consulting services is made by and between the City of Dublin ("City") and Gannett Fleming ("Consultant") (together sometimes referred to as the "Parties") as of June 7, 2023 (the "Effective Date"). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on June 30, 2026, and Consultant shall complete the work described in Exhibit A on or before that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City's right to terminate the Agreement, as referenced in Section 8. Notwithstanding the foregoing this Agreement may be extended on a month to month basis for up to 6 months upon the written consent of the Consultant and the City Manager, provided that: a) sufficient funds have been appropriated for such purchase, b) the price charged by the Consultant for the provision of the serves described in Exhibit A does not increase. None of the foregoing shall affect the City's right to terminate the Agreement as provided for in Section 8. 1.2 Standard of Performance. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged. 1.3 Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Subsection 1.2 above and to satisfy Consultant's obligations hereunder. 1.5 Public Works Requirements. Because the services described in Exhibit A include "work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work," the services constitute a public works within the definition of Section 1720(a)(1) of the California Labor Code. As a result, Consulting Services Agreement between City of Dublin and Gannett Fleming for Construction Management and Inspection Services 06/07/2023 Page 1 of 15 649 Consultant is required to comply with the provisions of the California Labor Code applicable to public works, to the extent set forth in Exhibit D. 1.6 Public Works Contractor Registration. Consultant agrees, in accordance with Section 1771.1 of the California Labor Code, that Consultant or any subconsultant shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in Chapter 1 of Part 7 of Division 2 of the California Labor Code, unless currently registered and qualified to perform public work pursuant to California Labor Code section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to California Labor Code section 1725.5. Consultant agrees, in accordance with Section 1771.4 of the California Labor Code, that if the work under this Agreement qualifies as public work, it is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed $2,000,000 (two million dollars), notwithstanding any contrary indications that may be contained in Consultant's proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Consultant's proposal, attached as Exhibit A, regarding the amount of compensation, the Agreement shall prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City in writing, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant's estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the Parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. No individual performing work under this Agreement shall bill more than 2,000 hours in a fiscal year unless approved, in writing, by the City Manager or his/her designee. Invoices shall contain the following information: ■ Serial identifications of progress bills; i.e., Progress Bill No. 1 for the first invoice, etc.; Consulting Services Agreement between City of Dublin and Gannett Fleming for Construction Management and Inspection Services 06/07/2023 Page 2 of 15 650 ■ The beginning and ending dates of the billing period; ■ A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion; ■ A copy of the applicable time entries or time sheets shall be submitted showing the following: o Daily logs of total hours worked by each individual performing work under this Agreement o Hours must be logged in increments of tenths of an hour or quarter hour o If this Agreement covers multiple projects, all hours must also be logged by project assignment o A brief description of the work, and each reimbursable expense ■ The total number of hours of work performed under the Agreement by Consultant and each employee, agent, and subcontractor of Consultant performing services hereunder; ■ The Consultant's signature; ■ Consultant shall give separate notice to the City when the total number of hours worked by Consultant and any individual employee, agent, or subcontractor of Consultant reaches or exceeds 800 hours within a 12-month period under this Agreement and any other agreement between Consultant and City. Such notice shall include an estimate of the time necessary to complete work described in Exhibit A and the estimate of time necessary to complete work under any other agreement between Consultant and City, if applicable. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. 2.3 Final Payment. City shall pay the last 10°/0 of the total sum due pursuant to this Agreement within 60 days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, Consulting Services Agreement between City of Dublin and Gannett Fleming for Construction Management and Inspection Services 06/07/2023 Page 3 of 15 651 unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto as Exhibit B. 2.6 Reimbursable Expenses. Reimbursable expenses are specified in Exhibit B. Expenses not listed in Exhibit B are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Payment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.8 Payment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets to verify costs incurred to that date. 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant's use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before fully executing this Agreement, Consultant, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid or proposal. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all Consulting Services Agreement between City of Dublin and Gannett Fleming for Construction Management and Inspection Services 06/07/2023 Page 4 of 15 652 insurance required herein for the subcontractor(s) and provided evidence to City that such insurance is in effect. VERIFICATION OF THE REQUIRED INSURANCE SHALL BE SUBMITTED AND MADE PART OF THIS AGREEMENT PRIOR TO EXECUTION. Consultant shall maintain all required insurance listed herein for the duration of this Agreement. 4.1 Workers' Compensation. 4.1.1 General Requirements. Consultant shall, at its sole cost and expense, maintain Statutory Workers' Compensation Insurance and Employer's Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers' Compensation Insurance and Employer's Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In the alternative, Consultant may rely on a self-insurance program to meet these requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the California Labor Code shall be solely in the discretion of the Contract Administrator. The Workers' Compensation policy shall be endorsed with a waiver of subrogation in favor of the entity for all work performed by the Consultant, its employees, agents, and subcontractors. 4.1.2 Submittal Requirements. To comply with Subsection 4.1, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; and b. Waiver of Subrogation Endorsement as required by the section. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General Requirements. Consultant, at its own cost and expense, shall maintain commercial general liability insurance for the term of this Agreement in an amount not less than $1,000,000 and automobile liability insurance for the term of this Agreement in an amount not less than $1,000,000 per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including without limitation, blanket contractual liability and the use of owned and non -owned automobiles. Consulting Services Agreement between City of Dublin and Gannett Fleming for Construction Management and Inspection Services 06/07/2023 Page 5 of 15 653 4.2.2 Minimum Scope of Coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (most recent edition) covering comprehensive General Liability on an "occurrence" basis. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001, Code 1 (any auto). No endorsement shall be attached limiting the coverage. 4.2.3 Additional Requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a. The Insurance shall cover on an occurrence or an accident basis, and not on a claims -made basis. b. City, its officers, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of work or operations performed by or on behalf of the Consultant; or automobiles owned, leased, hired, or borrowed by the Consultant. c. Consultant hereby agrees to waive subrogation which any insurer or contractor may require from vendor by virtue of the payment of any loss. Consultant agrees to obtain any endorsements that may be necessary to effect this waiver of subrogation. d. For any claims related to this Agreement or the work hereunder, the Consultant's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. 4.2.4 Submittal Requirements. To comply with Subsection 4.2, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; b. Additional Insured Endorsement as required by the section; c. Waiver of Subrogation Endorsement as required by the section; and d. Primary Insurance Endorsement as required by the section. 4.3 Professional Liability Insurance. 4.3.1 General Requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for Consulting Services Agreement between City of Dublin and Gannett Fleming for Construction Management and Inspection Services 06/07/2023 Page 6 of 15 654 licensed professionals performing work pursuant to this Agreement in an amount not less than $2,000,000 covering the licensed professionals' errors and omissions. Any deductible or self -insured retention shall not exceed $150,000 per claim. 4.3.2 Claims -Made Limitations. The following provisions shall apply if the professional liability coverage is written on a claims -made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least 3 years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c. If coverage is canceled or not renewed and it is not replaced with another claims -made policy form with a retroactive date that precedes the date of this Agreement, Consultant shall purchase an extended period coverage for a minimum of 3 years after completion of work under this Agreement. d. A copy of the claim reporting requirements must be submitted to the City for review prior to the commencement of any work under this Agreement. 4.3.3 Submittal Requirements. To comply with Subsection 4.3, Consultant shall submit the Certificate of Liability Insurance in the amounts specified in the section. 4.4 All Policies Requirements. 4.4.1 Acceptability of Insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of Coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with complete copies of all Certificates of Liability Insurance delivered to Consultant by the insurer, including complete copies of all endorsements attached to the policies. All copies of Certificates of Liability Insurance and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Consultant beginning work, it shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. 4.4.3 Deductibles and Self -Insured Retentions. Consultant shall disclose to and obtain the written approval of City for the self -insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the City, its officers, Consulting Services Agreement between City of Dublin and Gannett Fleming for Construction Management and Inspection Services 06/07/2023 Page 7of15 655 employees, and volunteers; or the Consultant shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses. 4.4.4 Wasting Policies. No policy required by this Section 4 shall include a "wasting" policy limit (i.e. limit that is eroded by the cost of defense). 4.4.5 Endorsement Requirements. Each insurance policy required by Section 4 shall be endorsed to state that coverage shall not be canceled by either party, except after 30 days' prior written notice has been provided to the City. 4.4.6 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant's breach: ■ Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; ■ Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or ■ Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT'S RESPONSIBILITIES. Refer to the attached Exhibit C, which is incorporated herein and made a part of this Agreement. Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. This Agreement shall not be construed as an agreement for employment. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subsection 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Consultant further acknowledges that Consultant performs Services outside the usual course of the City's business; and is customarily engaged in an independently established trade, occupation, or business of the same nature as the Consultant performs for the City and has the option to perform such Consulting Services Agreement between City of Dublin and Gannett Fleming for Construction Management and Inspection Services 06/07/2023 Page 8 of 15 656 work for other entities. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant Not an Agent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all laws and regulations applicable to the performance of the work hereunder, including but not limited to, the California Building Code, the Americans with Disabilities Act, and any copyright, patent or trademark law. Consultant's failure to comply with any law(s) or regulation(s) applicable to the performance of the work hereunder shall constitute a breach of contract. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person's race, sex, gender, religion (including religious dress and grooming practices), national origin, ancestry, physical or mental disability, medical condition (including cancer and genetic characteristics), marital status, age, sexual orientation, color, creed, pregnancy, genetic information, gender identity or expression, political affiliation or belief, military/veteran status, or any other classification protected by applicable local, Consulting Services Agreement between City of Dublin and Gannett Fleming for Construction Management and Inspection Services 06/07/2023 Page 9 of 15 657 state, or federal laws (each a "Protected Characteristic"), against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement upon 30 days' written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Consultant delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Consultant or prepared by or for Consultant or the City in connection with this Agreement. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant's unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. Consulting Services Agreement between City of Dublin and Gannett Fleming for Construction Management and Inspection Services 06/07/2023 Page 10 of 15 658 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City's remedies shall include, but are not limited to, the following: 8.6.1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant's Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both Parties. 9.2 Consultant's Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of 3 years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Subsection 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds $10,000.00, the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of 3 years after final payment under the Agreement. Consulting Services Agreement between City of Dublin and Gannett Fleming for Construction Management and Inspection Services 06/07/2023 Page 11 of 15 659 Section 10. MISCELLANEOUS PROVISIONS. 10.1 Attorneys' Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys' fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the Parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 10.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a "conflict of interest," as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Section 1090 et seq. Consultant hereby warrants that it is not now, nor has it been in the previous 12 months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous 12 months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of California Government Code Section 1090 et seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including Consulting Services Agreement between City of Dublin and Gannett Fleming for Construction Management and Inspection Services 06/07/2023 Page 12 of 15 660 reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of California Government Code Section 1090 et seq., and, if applicable, will be disqualified from holding public office in the State of California. At City's sole discretion, Consultant may be required to file with the City a Form 700 to identify and document Consultant's economic interests, as defined and regulated by the California Fair Political Practices Commission. If Consultant is required to file a Form 700, Consultant is hereby advised to contact the Dublin City Clerk for the Form 700 and directions on how to prepare it. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by the City Manager ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 10.10 Notices. Any written notice to Consultant shall be sent to: Gannett Fleming Att: Rany Chek, Principal -in -Charge 155 Grand Avenue, Suite 504 Oakland, CA 94612 Any written notice to City shall be sent to: City of Dublin Att: City Engineer 100 Civic Plaza Dublin, CA 94568 10.11 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A, B, and C and D represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral. Exhibit A Scope of Services Exhibit B Compensation Schedule & Reimbursable Expenses Exhibit C Indemnification Exhibit D California Labor Code Section 1720 Information 10.12 Counterparts and Electronic Signatures. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. Counterparts delivered and/or signatures executed by City -approved electronic or digital means shall have the same force and effect as the use of a manual Consulting Services Agreement between City of Dublin and Gannett Fleming for Construction Management and Inspection Services 06/07/2023 Page 13 of 15 661 signature. Both Parties desire this Agreement to be electronically signed in accordance with applicable federal and California law. Either Party may revoke its agreement to use electronic signatures at any time by giving notice to the other Party. 10.13 Certification per Iran Contracting Act of 2010. In the event that this contract is for one million dollars ($1,000,000.00) or more, by Consultant's signature below Consultant certifies that Consultant, and any parent entities, subsidiaries, successors or subunits of Consultant are not identified on a list created pursuant to subdivision (b) of Section 2203 of the California Public Contract Code as a person engaging in investment activities in Iran as described in subdivision (a) of Section 2202.5, or as a person described in subdivision (b) of Section 2202.5 of the California Public Contract Code, as applicable. SIGNATURES ON FOLLOWING PAGE Consulting Services Agreement between City of Dublin and Gannett Fleming for Construction Management and Inspection Services 06/07/2023 Page 14 of 15 662 The Parties have executed this Agreement as of the Effective Date. The persons whose signatures appear below certify that they are authorized to sign on behalf of the respective Party. CITY OF DUBLIN GANNETT FLEMING Linda Smith, City Manager Attest: Marsha Moore, City Clerk Approved as to Form: City Attorney 3070368.1 �/l 1 Consultant's DIR Registration Number (if applicable) Consulting Services Agreement between City of Dublin and Gannett Fleming for Construction Management and Inspection Services 06/07/2023 Page 15 of 15 663 EXHIBIT A SCOPE OF SERVICES The Scope of Services is intended as a guide to illustrate the minimum project requirements. The Construction Management Team will provide professional and technical services to manage the construction and inspection for the assigned project under the supervision of the City of Dublin. The Consultant shall provide all other necessary equipment, vehicle(s), cell phone, tools of the trade, etc. necessary for the project team to successfully complete the project. Consultant Scope of Services 1. PROJECT COORDINATION and PRE -CONSTRUCTION Gannett Fleming, Inc. will provide, but not be limited to, the follow project coordination services: 1.1. Assist City staff in all phases with Project coordination, acting as liaison to the City through the City's Project Manager 1.2. Review project plans for completeness and clarity, and for coordination of plans, specifications and cost estimate, and for any omission of scope. 1.3. Assist the Design Consultant's Team to ensure compliance with the projects various environmental requirements and permits. 1.4. Coordinate with the City and the design team, to provide recommendation and review the implementation of changes in the Contract Documents 1.5. Assist with the advertisement of the bid documents, providing support throughout the entire bid process all the way through the award, including receiving bidder's questions, issuing of bid addendums and analysis of the bid. 1.6. Assist with the establishment, implementation, and modification of Project administrative procedures. 1.7. Coordinate, lead, and document appropriate weekly Project meetings throughout each phase of the Project lifecycle. 1.8. Assist with the procurement of any required building permits. 1.9. Review hazardous material survey, reporting and abatements work to manage City compliance with appropriate entities, as needed. 1.10.Assist City staff as directed. 2. DOCUMENT CONTROL SERVICES Gannett Fleming, Inc. will provide, but not be limited to, the following document control services: 2.1. Maintain all Project documentation in an integrated, accessible electronic format. 2.2. Maintain status logs of Project documents such as design activities and status, requests for information, submittals, substitution requests, etc. 3. CONSTRUCTION MANAGEMENT 3.1. Provide procurement support, management, administration, and oversight of construction contract. 3.2. Perform as the Construction Manager during the entire Project lifecycle. At a minimum, Gannett Fleming, Inc. will provide the following construction management services: Consulting Services Agreement between City of Dublin and 06/07/2023 Gannett Fleming for Construction Management and Inspection Services Exhibit A — Page 1 of 4 664 • Enforce the Contractor's project specific Health and Safety Program. • Review construction documents for constructability and consistency with the Project schedule. • Schedule, direct, and supervise the Project Inspector. • Review construction work and phasing plans and make recommendations to minimize disruptions. • Review Contractor's Construction Schedules (baseline, monthly updates, and three- week lookaheads), Weekly Statement of Days and notify Client of any discrepancies or areas of concern. • Provide inspector's daily report of events, labor, equipment, and activities. The report shall include daily progress pictures. • Oversee construction activities and that they are properly coordinated with all necessary personnel, including City and any other affected parties. • Review construction quality assurance/quality control plans. • Manage on -site material testing services. • Oversee and coordinate that the Construction Contractor has scheduled all formal code inspections with the appropriate City of Dublin and state agencies once a pre- inspection has been performed by the Construction Contractor. Prior to the formal inspection, the pre -inspection shall confirm that all contract and code requirements. • Coordinate with specialty inspection firm. • Monitor environmental inspection for Construction Contractor's compliance with environmental regulations and submit necessary documentation to the SMART system. • Examine materials and equipment being incorporated into the work to verify that they are supported by approved submittals, handled, stored, and installed properly. • Manage and coordinate review with design engineer the submission of samples, shop drawings, Operation and Maintenance manuals, and other submittals from Construction Contractor for contract and code compliance. • Identify problems encountered in accomplishing the construction work and recommend appropriate action to the City in order to resolve problems with a minimum effect on the timely completion of the Project. • Maintain a log of any Requests for Information and manage responses for approval by City and/or Engineer -of -Record. • Review Contractors Monthly Progress Payment requests for accuracy and recommend approval. • Provide a monthly update outlining project status. • Review Construction Contractor reports, as -built drawings, and other construction documentation and verify information is appropriately captured. • Coordinate job site meetings and prepare meeting minutes. • Evaluation, prepare independent cost estimates, time impact analysis, and negotiation of change orders, prepare and process change orders for City approval, and maintain a Change Order log. • Work with City, the City Building Department, and other agencies on project commissioning/ final inspection, as needed. Consulting Services Agreement between City of Dublin and 06/07/2023 Gannett Fleming for Construction Management and Inspection Services Exhibit A — Page 2 of 4 665 • Project Closeout to include preparing and overseeing completion of project punch list by construction contractor, as-builts, resolution of all contractor claims and final progress payment. • Provide any required documentation to meet the requirements of grant funding, as needed. 4. POST -CONSTRUCTION SERVICES: 4.1. Provide marked up construction record drawings (as -built drawings) for designer completion. 4.2. Coordinate and prepare final progress payment. 4.3. Provide final inspection services and project closeout activities including preparation of final construction project report and other documents required by City of Dublin, City Building Department or Authority having Jurisdiction and resolve all contractor claims if any. 4.4. Resolution of all contract issues, warranties, bonds, etc. 4.5. Turn all construction documents over to the City of Dublin. 5. AS -DIRECTED SERVICES 5.1 Gannett Fleming, Inc. shall provide as -directed services to the City. As -Directed services could include the following services: • Review project plans for completeness and clarity, and for coordination of plans, specifications and cost estimate, and for any omission of scope. • Review project specifications for completeness of items of work and with corresponding bid items and consistency with the plans. Identify any project components that has to be completed prior to award of construction contract such as third -party utility relocation, right of way acquisition or easement agreements, encroachment permits. • Review project cost estimate for completeness of bid items and consistency with the plans and specifications; review bid quantity and measurement and payment; identify bid items with final pay quantities, identify items with long lead time or items not available or not readily available in the industry; propose alternatives, etc. • Review project schedule for sequence of work, coordination of work and identify construction impacts and identify critical path items and provide recommendations on construction durations, etc. • Technical Reviews: • Hydrology/Hydraulic studies and Drainage design • Stormwater Pollution Prevention Plan (SWPPP) • Hydromodification and Stormwater Treatment (C.3) • Structural calculations • Geotechnical reports • Traffic studies, etc. • Review of environmental studies and environmental documents, regulatory permits. • Review of right of way and easements. • Review of ADA compliance. • Perform feasibility studies and cost to benefits analysis. • Prepare conceptual designs and alternatives. • Assist with funding applications. Consulting Services Agreement between City of Dublin and 06/07/2023 Gannett Fleming for Construction Management and Inspection Services Exhibit A — Page 3 of 4 666 Consulting Services Agreement between City of Dublin and 06/07/2023 Gannett Fleming for Construction Management and Inspection Services Exhibit A — Page 2 of 4 667 EXHIBIT B COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES Construction Management And Inspection Rate Sheet CLASSIFICATION 2023 2024 2025 2026 Billing Billing Billing Billing Rates Rates Rates Rates Principal $386.25 $397.84 $409.77 $422.07 Project/Contract Manager $283.25 $291.75 $300.50 $309.51 Resident Engineer $221.45 $228.09 $234.94 $241.98 Assistant CM/Resident Engineer $190.55 $196.27 $202.15 $208.22 Construction Manager $231.75 $238.70 $245.86 $253.24 Inspector* $180.25 $185.66 $191.23 $196.96 Senior Inspector* $195.70 $201.57 $207.62 $213.85 Project Engineer/Architect $206.00 $212.18 $218.55 $225.10 Office Engineer/Contract Administrator $169.95 $175.05 $180.30 $185.71 Cost Estimator $180.25 $185.66 $191.23 $196.96 Project Controls/Scheduler $206.00 $212.18 $218.55 $225.10 Technician $128.75 $132.61 $136.59 $140.69 Administrative Assistant $128.75 $132.61 $136.59 $140.69 * Construction Inspector Rates shown are proposed for straight -time work within the following counties: Alameda, Alpine, Amador, Butte, Calaveras, Colusa, Contra Costa, Del Norte, El Dorado, Fresno, Glenn, Humboldt, Kings, Lake, Lassen, Madera, Marin, Mariposa, Mendocino, Merced, Modoc, Monterey, Napa, Nevada, Placer, Plumas, Sacramento, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Stanislaus, Sutter, Tehama, Trinity, Tulare, Tuolumne, Yolo and Yuba counties. These rates meet or exceed the General Prevailing Wage Determination by the Director of Industrial Relations Pursuant to CA Labor Code. Overtime hourly rates will be applied and billed in accordance with the Prevailing Wage Determination. ** Reasonable Constructability Review turn -around time of 2 weeks, depending on project document size. Other Direct Costs Description of Item Long -Distance Travel** 1. Airfare 2. Rental Vehicle 3. Per Diem 4. Lodging Prints and Reproduction 1. Outside Reproduction Delivery Services 1. Delivery Services 2. Express Mail/USPS Unit EA EA EA EA EA EA EA Unit Cost Actual Actual IRS Rate IRS Rate $1.50 $50.00 $15.00 Consulting Services Agreement between City of Dublin and 06/07/2023 Gannett Fleming for Construction Management and Inspection Services Exhibit B - Page 1 of 2 668 1 Project Local Travel 1. Vehicle 1 2. Other Staff Local Travel to Project Site Subconsultants 1 1. Mark -Up Month Mile $957.00 $0.65 5% Consulting Services Agreement between City of Dublin and 06/07/2023 Gannett Fleming for Construction Management and Inspection Services Exhibit B — Page 2 of 2 669 EXHIBIT C INDEMNIFICATION A. Consultant shall, to the extent permitted by law, including without limitation California Civil Code 2782 and 2782.8, indemnify, hold harmless and assume the defense of, in any actions at law or in equity, the City, its employees, agents, volunteers, and elective and appointive boards, from all claims, losses, and damages, including property damage, personal injury, death, and liability of every kind, nature and description, arising out of, pertaining to or related to the negligence, recklessness or willful misconduct of Consultant or any person directly or indirectly employed by, or acting as agent for, Consultant, during and after completion of Consultant's work under this Agreement. B. With respect to those claims arising from a professional error or omission, Consultant shall defend, indemnify and hold harmless the City (including its elected officials, officers, employees, and volunteers) from all claims, losses, and damages arising from the professionally negligent acts, errors or omissions of Consultant, however, the cost to defend charged to Consultant shall not exceed Consultant's proportionate percentage fault. C. Consultant's obligation under this section does not extend to that portion of a claim caused in whole or in part by the sole negligence or willful misconduct of the City. D. Consultant shall also indemnify, defend and hold harmless the City from all suits or claims for infringement of any patent rights, copyrights, trade secrets, trade names, trademarks, service marks, or any other proprietary rights of any person or persons because of the City or any of its officers, employees, volunteers, or agents use of articles, products things, or services supplied in the performance of Consultant's services under this Agreement, however, the cost to defend charged to Consultant shall not exceed Consultant's proportionate percentage fault. Consulting Services Agreement between City of Dublin and 06/07/2023 Gannett Fleming for Construction Management and Inspection Services Exhibit C — Page 1 of 1 670 EXHIBIT D PROVISIONS REQUIRED FOR PUBLIC WORKS CONTRACTS PURSUANT TO CALIFORNIA LABOR CODE SECTION 1720 ET SEQ. HOURS OF WORK: A. In accordance with California Labor Code Section 1810, 8 hours of labor in performance of the services described in Exhibit A shall constitute a legal day's work under this contract. B. In accordance with California Labor Code Section 1811, the time of service of any worker employed in performance of the services described in Exhibit A is limited to 8 hours during any one calendar day, and 40 hours during any one calendar week, except in accordance with California Labor Code Section 1815, which provides that work in excess of 8 hours during any one calendar day and 40 hours during any one calendar week is permitted upon compensation for all hours worked in excess of 8 hours during any one calendar day and 40 hours during any one calendar week at not less than one -and -one-half times the basic rate of pay. C. The Consultant and its subcontractors shall forfeit as a penalty to the City $25 for each worker employed in the performance of the services described in Exhibit A for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day, or more than 40 hours in any one calendar week, in violation of the provisions of California Labor Code Section 1810 and following. WAGES: A. In accordance with California Labor Code Section 1773.2, the City has determined the general prevailing wages in the locality in which the services described in Exhibit A are to be performed for each craft or type of work needed to be as published by the State of California Department of Industrial Relations, Division of Labor Statistics and Research, a copy of which is on file in the City Public Works Office and shall be made available on request. The Consultant and subcontractors engaged in the performance of the services described in Exhibit A shall pay no less than these rates to all persons engaged in performance of the services described in Exhibit A. B. In accordance with California Labor Code Section 1775, the Consultant and any subcontractors engaged in performance of the services described in Exhibit A shall comply with California Labor Code Section 1775, which establishes a penalty for each worker engaged in the performance of the services described in Exhibit A that the Consultant or any subcontractor pays less than the specified prevailing wage. The amount of such penalty shall be determined by the Labor Commissioner and shall be based on consideration of the mistake, inadvertence, or neglect of the Consultant or subcontractor in failing to pay the correct rate of prevailing wages, or the previous record of the Consultant or subcontractor in meeting applicable prevailing wage obligations, or the willful failure by the Consultant or subcontractor to pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to pay the correct rate of Consulting Services Agreement between City of Dublin and 06/07/2023 Gannett Fleming for Construction Management and Inspection Services Exhibit D — Page 1 of 3 671 prevailing wages is not excusable if the Consultant or subcontractor had knowledge of their obligations under the California Labor Code. The Consultant or subcontractor shall pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate. If a subcontractor worker engaged in performance of the services described in Exhibit A is not paid the general prevailing per diem wages by the subcontractor, the Consultant is not liable for any penalties therefore unless the Consultant had knowledge of that failure or unless the Consultant fails to comply with all of the following requirements: 1. The contract executed between the Consultant and the subcontractor for the performance of part of the services described in Exhibit A shall include a copy of the provisions of California Labor Code Sections 1771, 1775, 1776, 1777.5, 1813, and 1815. 2. The Consultant shall monitor payment of the specified general prevailing rate of per diem wages by the subcontractor by periodic review of the subcontractor's certified payroll records. 3. Upon becoming aware of a subcontractor's failure to pay the specified prevailing rate of wages, the Consultant shall diligently take corrective action to halt or rectify the failure, including, but not limited to, retaining sufficient funds due the subcontractor for performance of the services described in Exhibit A. 4. Prior to making final payment to the subcontractor, the Consultant shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages for employees engaged in the performance of the services described in Exhibit A and any amounts due pursuant to California Labor Code Section 1813. C. In accordance with California Labor Code Section 1776, the Consultant and each subcontractor engaged in performance of the services described in Exhibit A shall keep accurate payroll records showing the name, address, social security number, work, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed in performance of the services described in Exhibit A. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: 1. The information contained in the payroll record is true and correct. 2. The employer has complied with the requirements of California Labor Code Sections 1771, 1811, and 1815 for any work performed by the employer's employees on the public works project. The payroll records required pursuant to California Labor Code Section 1776 shall be certified and shall be submitted directly to the Labor Commission, and available for inspection by the Owner and its authorized representatives, the Division of Labor Standards Enforcement, the Consulting Services Agreement between City of Dublin and 06/07/2023 Gannett Fleming for Construction Management and Inspection Services Exhibit D — Page 2 of 3 672 Division of Apprenticeship Standards of the Department of Industrial Relations and shall otherwise be available for inspection in accordance with California Labor Code Section 1776. D. In accordance with California Labor Code Section 1777.5, the Consultant, on behalf of the Consultant and any subcontractors engaged in performance of the services described in Exhibit A, shall be responsible for ensuring compliance with California Labor Code Section 1777.5 governing employment and payment of apprentices on public works contracts. E. In case it becomes necessary for the Consultant or any subcontractor engaged in performance of the services described in Exhibit A to employ for the services described in Exhibit A any person in a trade or occupation (except executive, supervisory, administrative, clerical, or other non -manual workers as such) for which no minimum wage rate has been determined by the Director of the Department of Industrial Relations, the Consultant or subcontractor shall pay the minimum rate of wages specified therein for the classification which most nearly corresponds to services described in Exhibit A to be performed by that person. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment. 3070368.1 Consulting Services Agreement between City of Dublin and 06/07/2023 Gannett Fleming for Construction Management and Inspection Services Exhibit D — Page 3 of 3 673 Attachment 5 CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND MNS ENGINEERS, INC. FOR ON -CALL CONSTRUCTION MANAGEMENT AND INSPECTION THIS AGREEMENT for consulting services is made by and between the City of Dublin ("City") and MNS Engineer, Inc. ("Consultant") (together sometimes referred to as the "Parties") as of July 1, 2021 (the "Effective Date"). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on June 30, 2024, the date of completion specified in Exhibit A, and Consultant shall complete the work described in Exhibit A on or before that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City's right to terminate the Agreement, as referenced in Section 8. Notwithstanding the foregoing this Agreement may be extended on a month to month basis for up to 6 months upon the written consent of the Consultant and the City Manager, provided that: a) sufficient funds have been appropriated for such purchase, b) the price charged by the Consultant for the provision of the serves described in Exhibit A does not increase. None of the foregoing shall affect the City's right to terminate the Agreement as provided for in Section 8. 1.2 Standard of Performance. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged. 1.3 Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Subsection 1.2 above and to satisfy Consultant's obligations hereunder. 1.5 Public Works Requirements. Because the services described in Exhibit A include "work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work," the services constitute a public works within the definition of Section 1720(a)(1) of the California Labor Code. As a result, Consulting Services Agreement between City of Dublin and MNS Engineers, Inc. for Construction Management and Inspection 07/01/2021 Page 1 of 15 674 Consultant is required to comply with the provisions of the California Labor Code applicable to public works, to the extent set forth in Exhibit D. 1.6 Public Works Contractor Registration. Consultant agrees, in accordance with Section 1771.1 of the California Labor Code, that Consultant or any subconsultant shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in Chapter 1 of Part 7 of Division 2 of the California Labor Code, unless currently registered and qualified to perform public work pursuant to California Labor Code section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to California Labor Code section 1725.5. Consultant agrees, in accordance with Section 1771.4 of the California Labor Code, that if the work under this Agreement qualifies as public work, it is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed $1,000,000, notwithstanding any contrary indications that may be contained in Consultant's proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Consultant's proposal, attached as Exhibit A, regarding the amount of compensation, the Agreement shall prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City in writing, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant's estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the Parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. No individual performing work under this Agreement shall bill more than 2,000 hours in a fiscal year unless approved, in writing, by the City Manager or his/her designee. Invoices shall contain the following information: ■ Serial identifications of progress bills; i.e., Progress Bill No. 1 for the first invoice, etc.; ■ The beginning and ending dates of the billing period; Consulting Services Agreement between City of Dublin and MNS Engineers, Inc. for Construction Management and Inspection 07/01/2021 Page 2 of 15 675 • A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion; • A copy of the applicable time entries or time sheets shall be submitted showing the following: o Daily logs of total hours worked by each individual performing work under this Agreement o Hours must be logged in increments of tenths of an hour or quarter hour o If this Agreement covers multiple projects, all hours must also be logged by project assignment o A brief description of the work, and each reimbursable expense • The total number of hours of work performed under the Agreement by Consultant and each employee, agent, and subcontractor of Consultant performing services hereunder; • The Consultant's signature; • Consultant shall give separate notice to the City when the total number of hours worked by Consultant and any individual employee, agent, or subcontractor of Consultant reaches or exceeds 800 hours within a 12-month period under this Agreement and any other agreement between Consultant and City. Such notice shall include an estimate of the time necessary to complete work described in Exhibit A and the estimate of time necessary to complete work under any other agreement between Consultant and City, if applicable. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. 2.3 Final Payment. City shall pay the last 10% of the total sum due pursuant to this Agreement within 60 days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. Consulting Services Agreement between City of Dublin and MNS Engineers, Inc. for Construction Management and Inspection 07/01/2021 Page 3 of 15 676 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto as Exhibit B. 2.6 Reimbursable Expenses. Reimbursable expenses are specified in Exhibit B. Expenses not listed in Exhibit B are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Payment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.8 Pavment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets to verify costs incurred to that date. 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant's use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before fully executing this Agreement, Consultant, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid or proposal. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s) and provided evidence to City that such insurance is in effect. VERIFICATION OF THE REQUIRED INSURANCE SHALL BE SUBMITTED AND MADE PART OF Consulting Services Agreement between City of Dublin and MNS Engineers, Inc. for Construction Management and Inspection 07/01/2021 Page 4 of 15 677 THIS AGREEMENT PRIOR TO EXECUTION. Consultant shall maintain all required insurance listed herein for the duration of this Agreement. 4.1 Workers' Compensation. 4.1.1 General Requirements. Consultant shall, at its sole cost and expense, maintain Statutory Workers' Compensation Insurance and Employer's Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers' Compensation Insurance and Employer's Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In the alternative, Consultant may rely on a self-insurance program to meet these requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the California Labor Code shall be solely in the discretion of the Contract Administrator. The Workers' Compensation policy shall be endorsed with a waiver of subrogation in favor of the entity for all work performed by the Consultant, its employees, agents, and subcontractors. 4.1.2 Submittal Requirements. To comply with Subsection 4.1, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; and b. Waiver of Subrogation Endorsement as required by the section. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General Requirements. Consultant, at its own cost and expense, shall maintain commercial general liability insurance for the term of this Agreement in an amount not less than $1,000,000 and automobile liability insurance for the term of this Agreement in an amount not less than $1,000,000 per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including the use of owned and non -owned automobiles. 4.2.2 Minimum Scope of Coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form Consulting Services Agreement between City of Dublin and MNS Engineers, Inc. for Construction Management and Inspection 07/01/2021 Page 5 of 15 678 CG 0001 (most recent edition) covering comprehensive General Liability on an "occurrence" basis. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001, Code 1 (any auto). No endorsement shall be attached limiting the coverage. 4.2.3 Additional Requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a. The Insurance shall cover on an occurrence or an accident basis, and not on a claims -made basis. b. City, its officers, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of work or operations performed by or on behalf of the Consultant; or automobiles owned, leased, hired, or borrowed by the Consultant. c. Consultant hereby agrees to waive subrogation which any insurer or contractor may require from vendor by virtue of the payment of any loss. Consultant agrees to obtain any endorsements that may be necessary to effect this waiver of subrogation. d. For any claims related to this Agreement or the work hereunder, the Consultant's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. 4.2.4 Submittal Requirements. To comply with Subsection 4.2, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; b. Additional Insured Endorsement as required by the section; c. Waiver of Subrogation Endorsement as required by the section; and d. Primary Insurance Endorsement as required by the section. 4.3 Professional Liability Insurance. 4.3.1 General Requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount not less than $2,000,000 covering the licensed professionals' errors and Consulting Services Agreement between City of Dublin and MNS Engineers, Inc. for Construction Management and Inspection 07/01/2021 Page 6 of 15 679 omissions. Any deductible or self -insured retention shall not exceed $150,000 per claim. 4.3.2 Claims -Made Limitations. The following provisions shall apply if the professional liability coverage is written on a claims -made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least 5 years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c. If coverage is canceled or not renewed and it is not replaced with another claims -made policy form with a retroactive date that precedes the date of this Agreement, Consultant shall purchase an extended period coverage for a minimum of 5 years after completion of work under this Agreement. d. A copy of the claim reporting requirements must be submitted to the City for review prior to the commencement of any work under this Agreement. 4.3.3 Additional Requirements. A certified endorsement to include contractual liability shall be included in the policy. 4.3.4 Submittal Requirements. To comply with Subsection 4.3, Consultant shall submit the Certificate of Liability Insurance in the amounts specified in the section. 4.4 All Policies Requirements. 4.4.1 Acceptability of Insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of Coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with complete copies of all Certificates of Liability Insurance delivered to Consultant by the insurer, including complete copies of all endorsements attached to the policies. All copies of Certificates of Liability Insurance and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Consultant beginning work, it shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. 4.4.3 Deductibles and Self -Insured Retentions. Consultant shall disclose to and obtain the written approval of City for the self -insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. At the option of the City, either: the insurer shall reduce or eliminate Consulting Services Agreement between City of Dublin and MNS Engineers, Inc. for Construction Management and Inspection 07/01/2021 Page 7 of 15 680 such deductibles or self -insured retentions as respects the City, its officers, employees, and volunteers; or the Consultant shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses. 4.4.4 Wasting Policies. No policy required by this Section 4 shall include a "wasting" policy limit (i.e. limit that is eroded by the cost of defense). 4.4.5 Endorsement Requirements. Each insurance policy required by Section 4 shall be endorsed to state that coverage shall not be canceled by either party, except after 30 days' prior written notice has been provided to the City. 4.4.6 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant's breach: • Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; • Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or ■ Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT'S RESPONSIBILITIES. Refer to the attached Exhibit C, which is incorporated herein and made a part of this Agreement. Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. This Agreement shall not be construed as an agreement for employment. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subsection 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Consultant further acknowledges that Consultant performs Services outside the usual course of the City's business; and is customarily engaged in an independently established trade, occupation, or business of the Consulting Services Agreement between City of Dublin and MNS Engineers, Inc. for Construction Management and Inspection 07/01/2021 Page 8 of 15 681 same nature as the Consultant performs for the City and has the option to perform such work for other entities. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant Not an Agent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all laws and regulations applicable to the performance of the work hereunder, including but not limited to, the California Building Code, the Americans with Disabilities Act, and any copyright, patent or trademark law. Consultant's failure to comply with any law(s) or regulation(s) applicable to the performance of the work hereunder shall constitute a breach of contract. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person's race, sex, gender, religion (including religious dress and grooming practices), national origin, ancestry, physical or mental disability, medical condition (including cancer and genetic characteristics), marital status, age, sexual orientation, color, creed, pregnancy, genetic information, gender identity or expression, political affiliation or Consulting Services Agreement between City of Dublin and MNS Engineers, Inc. for Construction Management and Inspection 07/01/2021 Page 9 of 15 682 belief, military/veteran status, or any other classification protected by applicable local, state, or federal laws (each a "Protected Characteristic"), against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement upon 30 days' written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Consultant delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Consultant or prepared by or for Consultant or the City in connection with this Agreement. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant's unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. Consulting Services Agreement between City of Dublin and MNS Engineers, Inc. for Construction Management and Inspection 07/01/2021 Page 10 of 15 683 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City's remedies shall include, but are not limited to, the following: 8.6.1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant's Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both Parties. 9.2 Consultant's Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of 3 years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Subsection 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds $10,000.00, the Agreement shall be subject to Consulting Services Agreement between City of Dublin and MNS Engineers, Inc. for Construction Management and Inspection 07/01/2021 Page 11 of 15 684 the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of 3 years after final payment under the Agreement. Section 10. MISCELLANEOUS PROVISIONS. 10.1 Attorneys' Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys' fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the Parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 10.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a "conflict of interest," as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Section 1090 et seq. Consultant hereby warrants that it is not now, nor has it been in the previous 12 months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous 12 months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant Consulting Services Agreement between City of Dublin and MNS Engineers, Inc. for Construction Management and Inspection 07/01/2021 Page 12 of 15 685 understands that, if this Agreement is made in violation of California Government Code Section 1090 et seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of California Government Code Section 1090 et seq., and, if applicable, will be disqualified from holding public office in the State of California. At City's sole discretion, Consultant may be required to file with the City a Form 700 to identify and document Consultant's economic interests, as defined and regulated by the California Fair Political Practices Commission. If Consultant is required to file a Form 700, Consultant is hereby advised to contact the Dublin City Clerk for the Form 700 and directions on how to prepare it. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by the City Manager ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 10.10 Notices. Any written notice to Consultant shall be sent to: MNS Engineers, Inc. Attn: Jim Scott 401 Grand Avenue, Suite 200 Oakland, CA 94610 Any written notice to City shall be sent to: City of Dublin Attn: City Engineer 100 Civic Plaza Dublin, CA 94568 10.11 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A. B. C, and D represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral. Exhibit A Scope of Services Exhibit B Compensation Schedule & Reimbursable Expenses Exhibit C Indemnification Exhibit D California Labor Code Section 1720 Information Consulting Services Agreement between City of Dublin and MNS Engineers, Inc. for Construction Management and Inspection 07/01/2021 Page 13 of 15 686 10.12 Counterparts. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. 10.13 Certification per Iran Contracting Act of 2010. In the event that this contract is for one million dollars ($1,000,000.00) or more, by Consultant's signature below Consultant certifies that Consultant, and any parent entities, subsidiaries, successors or subunits of Consultant are not identified on a list created pursuant to subdivision (b) of Section 2203 of the California Public Contract Code as a person engaging in investment activities in Iran as described in subdivision (a) of Section 2202.5, or as a person described in subdivision (b) of Section 2202.5 of the California Public Contract Code, as applicable. SIGNATURES ON FOLLOWING PAGE Consulting Services Agreement between City of Dublin and MNS Engineers, Inc. for Construction Management and Inspection 07/01/2021 Page 14 of 15 687 The Parties have executed this Agreement as of the Effective Date. The persons whose signatures appear below certify that they are authorized to sign on behalf of the respective Party. CITY OF DUBLIN MNS Engineers, Inc. DocuSigned by: ^1c1"cz.rr" I-IuC... u�H�or r oWvor Linda Smith, City Manager James Sa1vito, President DocuSigned by: Attest: DocuSigned by: Marsha City Clerk Approved as to Form: 5DocuSigned by: or LA, 61.ar for City Attorney 3070368.1 1000003564 Consultant's DIR Registration Number Consulting Services Agreement between City of Dublin and MNS Engineers, Inc. for Construction Management and Inspection 07/01/2021 Page 15 of 15 688 EXHIBIT A SCOPE OF SERVICES Construction Management and Inspection Services The Scope of Services is intended as a guide to illustrate the minimum project requirements. The Consultant Construction Management Team will provide professional and technical services to manage the construction, and inspection, for the assigned project under the supervision of the City of Dublin. The Consultant shall provide all other necessary equipment, vehicle(s), cell phone, tools of the trade, etc. necessary for the project team to successfully complete the project. Services During Pre -Construction: The Construction Manager will assist City Staff in the following: 1. Perform a review of the construction documents issued to the City for review and provide recommendations regarding feasibility of construction methods, current availability of materials and labor and time requirements for procurement. Identify materials or services which may have a long lead time and could impact to the project. Provide written comments to the City for incorporation into the bid documents by addendum if necessary. 2. Work with the City to develop strategies to generate market interest in the Project. 3. Take the lead in managing the bid process including receiving bidder's questions, distributing information to the Owner and their consultant, issuing bid addendums, analyzing bids and ultimately make a recommendation of award to the City Project Manager. Provide documentation and substantiation to allow staff to gain Council approval of award. 4. Maintain an electronic project management filing system on the City's network using the Microsoft office suite. 5. Work with and provide project specific construction recommendations to the design team. Review and provide comment on the construction logistics plans produced by the design team. Services During Construction: The Construction Manager will represent the City during construction of the project. The Construction Manager will perform the following specific services: 1. Coordinate the efforts of the engineer, contractor, local agencies, and City to ensure proper communication and progress of the project. Act as liaison to the City through the City's Project Manager. 2. Schedule, direct and supervise the Project Inspector or work with the City's Sr. Inspector in assignment of inspection staff. 3. Coordinate all required testing services and review testing reports and materials testing personnel. 4. Provide on -site coordination to assure that the project meets the Plans and Specifications and stays on budget and schedule. Consulting Services Agreement between City of Dublin and Last revised 07/01/2021 MNS Engineers, Inc. for Construction Management and Inspection Exhibit A — Page 1 of 4 689 5. Review, evaluate, and furnish recommendations to the City regarding contractor's performance, construction schedule and any other matters related to compliance with the contract. 6. Provide a daily log of events and activities so as to secure the City's interests and monitor work accomplished in accordance with the contract. 7. Review, track and assist in the preparation of responses to Contractor RFI's. 8. Review, track and assist in the review of Contractor submittals. 9. Review and track certificates of compliance and product submittals for conformance to the project Special Provisions and/or Caltrans Standard Specifications and Plans. 10. Provide a monthly update outlining project status, schedule, submittals, RFI's, and change order issues. Include pertinent photos or supporting documents. The report should include an analysis of any potential delays and their actual relevance. The report should be suitably formatted to share with the City Manager's Office. 11. Issue Weekly Statement of Days Charged. 12. Review and furnish contract correspondence, minutes of meetings and directives to be issued to secure the interests of the City. 13. Review and make recommendations regarding payments to contractor including Change Orders, when applicable, and recommendations regarding any proposed changes. Prepare and provide cost analysis where necessary to verify change order costs generated by the Contractor are reasonable and correct in scope. 14. Attend all construction -related site meetings with the City's representatives, contractors, and other meetings between related parties as required. Maintain separate notes on such meetings. 15. Verify that the Contractor complies with the requirement of the project's water pollution control and staff the project with the required personal and submit necessary documentation to the SMART system. 16. Assist the Design Consultants Team to ensure compliance with the project's various environmental requirements and permits 17. Assist with providing any information to the City Departments as required. 18. Monitor contractor's construction activities to ensure the General Contractor is providing proper planning and coordination of work crews and of subcontractors for the execution of the project work. 19. Identify potential claims and make recommendations to resolve them. 20. Upon completion of the project work, provide a punch list review and recommendation of Project Acceptance. Consulting Services Agreement between City of Dublin and Last revised 07/01/2021 MNS Engineers, Inc. for Construction Management and Inspection Exhibit A — Page 2 of 4 690 21. Upon completion of the project work, review all of the Contractor's final submittals to ensure their compliance with final project close-out requirements. 22. The construction Contractor shall be responsible for job site safety. Should a safety or hazardous condition be discovered by the Construction Management Team, it shall be brought to the attention of the Contractor and inform the City. The Project Inspector will represent the City during construction and report to the Construction Manager or Inspector of Record or City Representative: 1. Provide on -site inspection to assure that the project is constructed in compliance with the Plans and Specifications. 2. Perform the duties designated by the City's Building Department Inspector or Inspector of Record for the project. 3. Provide inspectors daily report of events, manpower, and activities so as to secure the City's interests and monitor work accomplished in accordance with the contract. Daily progress pictures shall be incorporated into the report. 4. Take digital photographs and digital video tape recordings of the construction progress on a regular basis, including pre -construction conditions within the project limits. 5. Collect material tags and verify materials on site meet project specifications and project submittals. 6. Maintain a redline set of as -built plans and specifications. 7. Track and field -verify quantities of actual improvements installed by the Contractor and maintain a quantity bid sheet for each bid item of work. 8. Assists the Construction Manager or City Representative in review and recommendation of progress payments. 9. Track and document Time and Materials work issued to the Contractor. 10. Working with the Construction Manager and other agencies and permit holders to issue a project punch -list. Post -Construction Services: 1. Provide marked up construction record drawings (as -built drawings) for designer completion. 2. Coordinate and prepare final progress payment. 3. Provide final inspection services and project closeout activities including preparation of final construction project report and other documents required by City of Dublin, City Building Department or Authority having Jurisdiction and resolve all contractor claims if any. Consulting Services Agreement between City of Dublin and Last revised 07/01/2021 MNS Engineers, Inc. for Construction Management and Inspection Exhibit A — Page 3 of 4 691 4. Resolution of all contract issues, warranties, bonds, etc. 5. Turn all construction documents over to the City of Dublin. Consulting Services Agreement between City of Dublin and Last revised 07/01/2021 MNS Engineers, Inc. for Construction Management and Inspection Exhibit A — Page 4 of 4 692 EXHIBIT B COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES POSITION TITLE RATE FOR YEAR ONE* Principal-In-Charge/Project Manager $285 Resident Engineer $235 Structure Representative $220 Construction Manager $200 Assistant Resident Engineer $170 Construction Inspector (PW) $155 Electrical Inspector $155 Office Administrator $110 PREVAILING WAGE RATES Rates shown with Prevailing Wage "(PW)" annotation are used for field work on projects subject to federal or state prevailing wage law andare subject to increases per DIR. ANNUAL ESCALATION All CPI increases shall be calculated by Consultant and requested for adjustment each May, effective each July 1st. Rate increases shallnot exceed 3% and shall be based on the San Francisco Bay Area Consumer Price Index CPI for that period of time and this shall be submitted to the Public Works Management Analyst, or their designee, for approval prior to taking effect. OVERTIME Overtime for non-exempt employees will be charged at 1.5 x hourly rate; overtime for exempt employees and other classification will becharged at 1 x hourly rate. Consulting Services Agreement between City of Dublin and Last revised 07/01/2021 MNS Engineers, Inc. for Construction Management and Inspection Exhibit B — Page 1 of 1 693 EXHIBIT C INDEMNIFICATION A. Consultant shall, to the extent permitted by law, including without limitation California Civil Code 2782 and 2782.8, indemnify, hold harmless and assume the defense of, in any actions at law or in equity, the City, its employees, agents, volunteers, and elective and appointive boards, from all claims, losses, and damages, including property damage, personal injury, death, and liability of every kind, nature and description, arising out of, pertaining to or related to the negligence, recklessness or willful misconduct of Consultant or any person directly or indirectly employed by, or acting as agent for, Consultant, during and after completion of Consultant's work under this Agreement. B. With respect to those claims arising from a professional error or omission, Consultant shall defend, indemnify and hold harmless the City (including its elected officials, officers, employees, and volunteers) from all claims, losses, and damages arising from the professionally negligent acts, errors or omissions of Consultant, however, the cost to defend charged to Consultant shall not exceed Consultant's proportionate percentage fault. C. Consultant's obligation under this section does not extend to that portion of a claim caused in whole or in part by the sole negligence or willful misconduct of the City. D. Consultant shall also indemnify, defend and hold harmless the City from all suits or claims for infringement of any patent rights, copyrights, trade secrets, trade names, trademarks, service marks, or any other proprietary rights of any person or persons because of the City or any of its officers, employees, volunteers, or agents use of articles, products things, or services supplied in the performance of Consultant's services under this Agreement, however, the cost to defend charged to Consultant shall not exceed Consultant's proportionate percentage fault. Consulting Services Agreement between City of Dublin and Last revised 07/01/2021 MNS Engineers, Inc. for Construction Management and Inspection Exhibit C — Page 1 of 1 694 EXHIBIT D PROVISIONS REQUIRED FOR PUBLIC WORKS CONTRACTS PURSUANT TO CALIFORNIA LABOR CODE SECTION 1720 ET SEQ. HOURS OF WORK: A. In accordance with California Labor Code Section 1810, 8 hours of labor in performance of the services described in Exhibit A shall constitute a legal day's work under this contract. B. In accordance with California Labor Code Section 1811, the time of service of any worker employed in performance of the services described in Exhibit A is limited to 8 hours during any one calendar day, and 40 hours during any one calendar week, except in accordance with California Labor Code Section 1815, which provides that work in excess of 8 hours during any one calendar day and 40 hours during any one calendar week is permitted upon compensation for all hours worked in excess of 8 hours during any one calendar day and 40 hours during any one calendar week at not less than one -and -one-half times the basic rate of pay. C. The Consultant and its subcontractors shall forfeit as a penalty to the City $25 for each worker employed in the performance of the services described in Exhibit A for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day, or more than 40 hours in any one calendar week, in violation of the provisions of California Labor Code Section 1810 and following. WAGES: A. In accordance with California Labor Code Section 1773.2, the City has determined the general prevailing wages in the locality in which the services described in Exhibit A are to be performed for each craft or type of work needed to be as published by the State of California Department of Industrial Relations, Division of Labor Statistics and Research, a copy of which is on file in the City Public Works Office and shall be made available on request. The Consultant and subcontractors engaged in the performance of the services described in Exhibit A shall pay no less than these rates to all persons engaged in performance of the services described in Exhibit A. B. In accordance with California Labor Code Section 1775, the Consultant and any subcontractors engaged in performance of the services described in Exhibit A shall comply with California Labor Code Section 1775, which establishes a penalty for each worker engaged in the performance of the services described in Exhibit A that the Consultant or any subcontractor pays less than the specified prevailing wage. The amount of such penalty shall be determined by the Labor Commissioner and shall be based on consideration of the mistake, inadvertence, or neglect of the Consultant or subcontractor in failing to pay the correct rate of prevailing wages, or the previous record of the Consultant or subcontractor in meeting applicable prevailing wage obligations, or the willful failure by the Consultant or subcontractor to pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to pay the correct rate of Consulting Services Agreement between City of Dublin and Last revised 07/01/2021 MNS Engineers, Inc. for Construction Management and Inspection Exhibit D — Page 1 of 3 695 prevailing wages is not excusable if the Consultant or subcontractor had knowledge of their obligations under the California Labor Code. The Consultant or subcontractor shall pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate. If a subcontractor worker engaged in performance of the services described in Exhibit A is not paid the general prevailing per diem wages by the subcontractor, the Consultant is not liable for any penalties therefore unless the Consultant had knowledge of that failure or unless the Consultant fails to comply with all of the following requirements: 1. The contract executed between the Consultant and the subcontractor for the performance of part of the services described in Exhibit A shall include a copy of the provisions of California Labor Code Sections 1771, 1775, 1776, 1777.5, 1813, and 1815. 2. The Consultant shall monitor payment of the specified general prevailing rate of per diem wages by the subcontractor by periodic review of the subcontractor's certified payroll records. 3. Upon becoming aware of a subcontractor's failure to pay the specified prevailing rate of wages, the Consultant shall diligently take corrective action to halt or rectify the failure, including, but not limited to, retaining sufficient funds due the subcontractor for performance of the services described in Exhibit A. 4. Prior to making final payment to the subcontractor, the Consultant shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages for employees engaged in the performance of the services described in Exhibit A and any amounts due pursuant to California Labor Code Section 1813. C. In accordance with California Labor Code Section 1776, the Consultant and each subcontractor engaged in performance of the services described in Exhibit A shall keep accurate payroll records showing the name, address, social security number, work, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed in performance of the services described in Exhibit A. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: 1. The information contained in the payroll record is true and correct. 2. The employer has complied with the requirements of California Labor Code Sections 1771, 1811, and 1815 for any work performed by the employer's employees on the public works project. The payroll records required pursuant to California Labor Code Section 1776 shall be certified and shall be submitted directly to the Labor Commission, and available for inspection by the Owner and its authorized representatives, the Division of Labor Standards Enforcement, the Consulting Services Agreement between City of Dublin and Last revised 07/01/2021 MNS Engineers, Inc. for Construction Management and Inspection Exhibit D — Page 2 of 3 696 Division of Apprenticeship Standards of the Department of Industrial Relations and shall otherwise be available for inspection in accordance with California Labor Code Section 1776. D. In accordance with California Labor Code Section 1777.5, the Consultant, on behalf of the Consultant and any subcontractors engaged in performance of the services described in Exhibit A, shall be responsible for ensuring compliance with California Labor Code Section 1777.5 governing employment and payment of apprentices on public works contracts. E. In case it becomes necessary for the Consultant or any subcontractor engaged in performance of the services described in Exhibit A to employ for the services described in Exhibit A any person in a trade or occupation (except executive, supervisory, administrative, clerical, or other non -manual workers as such) for which no minimum wage rate has been determined by the Director of the Department of Industrial Relations, the Consultant or subcontractor shall pay the minimum rate of wages specified therein for the classification which most nearly corresponds to services described in Exhibit A to be performed by that person. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment. 3070368.1 Consulting Services Agreement between City of Dublin and Last revised 07/01/2021 MNS Engineers, Inc. for Construction Management and Inspection Exhibit D — Page 3 of 3 697 AMENDMENT #1 TO CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND SWINERTON MANAGEMENT & CONSULTING WHEREAS, on July 1, 2021, the City of Dublin (hereinafter referred to as "CITY") and Swinerton Management & Consulting (hereinafter referred to as "CONSULTANT ") entered into a Consulting Services Agreement for On -Call Construction Management & Inspection services (hereinafter referred to as the "AGREEMENT"); and WHEREAS, the CITY would like to expand the services provided by CONSULTANT; and WHEREAS, the CITY and CONSULTANT now wish to amend the AGREEMENT to add a new section for Emergency Operations Assistance to the Public Works Department in the event of an emergency. NOW THEREFORE, for good and valuable consideration, the sufficiency of which is hereby acknowledged, the AGREEMENT is amended as follows: 1) Section 11.0 shall be added in its entirety as follows: EMERGENCY OPERATIONS ASSISTANCE. The following terms and conditions are hereby agreed to by CONSULTANT in the event of a local or regional emergency: a. Report into the City of Dublin Emergency Operations Center (E.O.C.). Contract personnel assigned to the CITY will make a reasonable effort to report to the City of Dublin E.O.C. as soon as possible following a local or regional emergency. b. CONSULTANT shall provide emergency preparedness training at its own expense. All contract personnel assigned to the CITY shall maintain appropriate emergency training and certification at all times, such as ATC-20 Damage Assessment Training and Certification. c. CONSULTANT shall make contract personnel and resources available for emergency response at the same hourly rates and conditions specified in this AGREEMENT. d. CONSULTANT acknowledges that emergency response work may require variations in the work hours and assignments. 2) Except to the extent inconsistent with this First Amendment, the Parties ratify and confirm all the terms and conditions of the AGREEMENT. 3) All requisite insurance policies to be maintained by the CONSULTANT pursuant to the AGREEMENT, as may be amended from time to time, shall include coverage for the original term. Page 1 of 3 698 4) The individuals executing this FIRST AMENDMENT and the instruments referenced in it on behalf of CONSULTANT each represent and warrant that they have the legal power, right and actual authority to bind CONSULTANT to the terms and conditions of this FIRST AMENDMENT. SIGNATURES ON THE FOLLOWING PAGE Page 2 of 3 699 IN WITNESS WHEREOF, the parties hereto have caused this First Amendment to be executed as of the date of the City Manager's signature below. CITY OF DUBLIN DocuS ned by: �///J% By: -E33836CFFC044E0... unaa 5mitn, city manager Dated: 12/16/2021 ATTEST DocuSigned by: By: /" l Co P 1° —�9BB70815D22F40A... iviarsna 'more, city uierK APPROVED AS TO FORM: e—Doc ne/edd by: By:—1/4_4D33BDE7E6D8453.. City Attorney SWINERTON MANAGEMENT & CONSULTING DocuSigned by: By: FEA228FB505742B Gee, AIA, Vice President Page 3 of 3 700 CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND SWINERTON MANAGEMENT & CONSULTING FOR ON -CALL CONSTRUCTION MANAGEMENT & INSPECTION SERVICES THIS AGREEMENT for consulting services is made by and between the City of Dublin ("City") and Swinerton Management & Consulting ("Consultant") (together sometimes referred to as the "Parties") as of July 1, 2021 (the "Effective Date"). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on June 30, 2024, the date of completion specified in Exhibit A, and Consultant shall complete the work described in Exhibit A on or before that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City's right to terminate the Agreement, as referenced in Section 8. Notwithstanding the foregoing this Agreement may be extended on a month to month basis for up to 6 months upon the written consent of the Consultant and the City Manager, provided that: a) sufficient funds have been appropriated for such purchase, b) the price charged by the Consultant for the provision of the serves described in Exhibit A does not increase. None of the foregoing shall affect the City's right to terminate the Agreement as provided for in Section 8. 1.2 Standard of Performance. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged. 1.3 Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Subsection 1.2 above and to satisfy Consultant's obligations hereunder. 1.5 JReservedj 1.6 JReservedj Consulting Services Agreement between City of Dublin and 07/01/2021 Swinerton Management & Consulting for Construction Management & Inspection Services Page 1 of 14 701 Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed $1,000,000 notwithstanding any contrary indications that may be contained in Consultant's proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Consultant's proposal, attached as Exhibit A, regarding the amount of compensation, the Agreement shall prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City in writing, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant's estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the Parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. No individual performing work under this Agreement shall bill more than 2,000 hours in a fiscal year unless approved, in writing, by the City Manager or his/her designee. Invoices shall contain the following information: ■ Serial identifications of progress bills; i.e., Progress Bill No. 1 for the first invoice, etc.; ■ The beginning and ending dates of the billing period; • A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion; • A copy of the applicable time entries or time sheets shall be submitted showing the following: o Daily logs of total hours worked by each individual performing work under this Agreement o Hours must be logged in increments of tenths of an hour or quarter hour o If this Agreement covers multiple projects, all hours must also be logged by project assignment o A brief description of the work, and each reimbursable expense • The total number of hours of work performed under the Agreement by Consultant and each employee, agent, and subcontractor of Consultant performing services hereunder; • The Consultant's signature; Consulting Services Agreement between City of Dublin and 07/01/2021 Swinerton Management & Consulting for Construction Management & Inspection Services Page 2 of 14 702 ■ Consultant shall give separate notice to the City when the total number of hours worked by Consultant and any individual employee, agent, or subcontractor of Consultant reaches or exceeds 800 hours within a 12-month period under this Agreement and any other agreement between Consultant and City. Such notice shall include an estimate of the time necessary to complete work described in Exhibit A and the estimate of time necessary to complete work under any other agreement between Consultant and City, if applicable. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. 2.3 Final Payment. City shall pay the last 10% of the total sum due pursuant to this Agreement within 60 days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto as Exhibit B. 2.6 Reimbursable Expenses. Reimbursable expenses are specified in Exhibit B. Expenses not listed in Exhibit B are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Payment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.8 Payment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets to verify costs incurred to that date. Consulting Services Agreement between City of Dublin and 07/01/2021 Swinerton Management & Consulting for Construction Management & Inspection Services Page 3 of 14 703 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant's use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before fully executing this Agreement, Consultant, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid or proposal. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s) and provided evidence to City that such insurance is in effect. VERIFICATION OF THE REQUIRED INSURANCE SHALL BE SUBMITTED AND MADE PART OF THIS AGREEMENT PRIOR TO EXECUTION. Consultant shall maintain all required insurance listed herein for the duration of this Agreement. 4.1 Workers' Compensation. 4.1.1 General Requirements. Consultant shall, at its sole cost and expense, maintain Statutory Workers' Compensation Insurance and Employer's Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers' Compensation Insurance and Employer's Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In the alternative, Consultant may rely on a self-insurance program to meet these requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the California Labor Code shall be solely in the discretion of the Contract Administrator. Consulting Services Agreement between City of Dublin and 07/01/2021 Swinerton Management & Consulting for Construction Management & Inspection Services Page 4 of 14 704 The Workers' Compensation policy shall be endorsed with a waiver of subrogation in favor of the entity for all work performed by the Consultant, its employees, agents, and subcontractors. 4.1.2 Submittal Requirements. To comply with Subsection 4.1, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; and b. Waiver of Subrogation Endorsement as required by the section. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General Requirements. Consultant, at its own cost and expense, shall maintain commercial general liability insurance for the term of this Agreement in an amount not less than $1,000,000 and automobile liability insurance for the term of this Agreement in an amount not less than $1,000,000 per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including the use of owned and non -owned automobiles. 4.2.2 Minimum Scope of Coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (most recent edition) covering comprehensive General Liability on an "occurrence" basis. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001, Code 1 (any auto). No endorsement shall be attached limiting the coverage. 4.2.3 Additional Requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a. The Insurance shall cover on an occurrence or an accident basis, and not on a claims -made basis. b. City, its officers, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of work or operations performed by or on behalf of the Consultant; or automobiles owned, leased, hired, or borrowed by the Consultant. Consulting Services Agreement between City of Dublin and 07/01/2021 Swinerton Management & Consulting for Construction Management & Inspection Services Page 5 of 14 705 c. Consultant hereby agrees to waive subrogation which any insurer or contractor may require from vendor by virtue of the payment of any loss. Consultant agrees to obtain any endorsements that may be necessary to effect this waiver of subrogation. d. For any claims related to this Agreement or the work hereunder, the Consultant's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. 4.2.4 Submittal Requirements. To comply with Subsection 4.2, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; b. Additional Insured Endorsement as required by the section; c. Waiver of Subrogation Endorsement as required by the section; and d. Primary Insurance Endorsement as required by the section. 4.3 Professional Liability Insurance. 4.3.1 General Requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount not less than $2,000,000 covering the licensed professionals' errors and omissions. Any deductible or self -insured retention shall not exceed $150,000 per claim. 4.3.2 Claims -Made Limitations. The following provisions shall apply if the professional liability coverage is written on a claims -made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least 5 years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c. If coverage is canceled or not renewed and it is not replaced with another claims -made policy form with a retroactive date that precedes the date of this Agreement, Consultant shall purchase an extended period coverage for a minimum of 5 years after completion of work under this Agreement. Consulting Services Agreement between City of Dublin and 07/01/2021 Swinerton Management & Consulting for Construction Management & Inspection Services Page 6 of 14 706 d. A copy of the claim reporting requirements must be submitted to the City for review prior to the commencement of any work under this Agreement. 4.3.3 Additional Requirements. A certified endorsement to include contractual liability shall be included in the policy. 4.3.4 Submittal Requirements. To comply with Subsection 4.3, Consultant shall submit the Certificate of Liability Insurance in the amounts specified in the section. 4.4 All Policies Requirements. 4.4.1 Acceptability of Insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of Coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with complete copies of all Certificates of Liability Insurance delivered to Consultant by the insurer, including complete copies of all endorsements attached to the policies. All copies of Certificates of Liability Insurance and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Consultant beginning work, it shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. 4.4.3 Deductibles and Self -Insured Retentions. Consultant shall disclose to and obtain the written approval of City for the self -insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the City, its officers, employees, and volunteers; or the Consultant shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses. 4.4.4 Wasting Policies. No policy required by this Section 4 shall include a "wasting" policy limit (i.e. limit that is eroded by the cost of defense). 4.4.5 Endorsement Requirements. Each insurance policy required by Section 4 shall be endorsed to state that coverage shall not be canceled by either party, except after 30 days' prior written notice has been provided to the City. 4.4.6 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. Consulting Services Agreement between City of Dublin and 07/01/2021 Swinerton Management & Consulting for Construction Management & Inspection Services Page 7 of 14 707 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant's breach: ■ Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; ■ Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or ■ Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT'S RESPONSIBILITIES. Refer to the attached Exhibit C, which is incorporated herein and made a part of this Agreement. Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. This Agreement shall not be construed as an agreement for employment. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subsection 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Consultant further acknowledges that Consultant performs Services outside the usual course of the City's business; and is customarily engaged in an independently established trade, occupation, or business of the same nature as the Consultant performs for the City and has the option to perform such work for other entities. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant Not an Agent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. Consulting Services Agreement between City of Dublin and 07/01/2021 Swinerton Management & Consulting for Construction Management & Inspection Services Page 8 of 14 708 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all laws and regulations applicable to the performance of the work hereunder, including but not limited to, the California Building Code, the Americans with Disabilities Act, and any copyright, patent or trademark law. Consultant's failure to comply with any law(s) or regulation(s) applicable to the performance of the work hereunder shall constitute a breach of contract. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person's race, sex, gender, religion (including religious dress and grooming practices), national origin, ancestry, physical or mental disability, medical condition (including cancer and genetic characteristics), marital status, age, sexual orientation, color, creed, pregnancy, genetic information, gender identity or expression, political affiliation or belief, military/veteran status, or any other classification protected by applicable local, state, or federal laws (each a "Protected Characteristic"), against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement upon 30 days' written notice to City and shall include in such notice the reasons for cancellation. Consulting Services Agreement between City of Dublin and 07/01/2021 Swinerton Management & Consulting for Construction Management & Inspection Services Page 9 of 14 709 In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Consultant delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Consultant or prepared by or for Consultant or the City in connection with this Agreement. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant's unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City's remedies shall include, but are not limited to, the following: 8.6.1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that Consulting Services Agreement between City of Dublin and 07/01/2021 Swinerton Management & Consulting for Construction Management & Inspection Services Page 10 of 14 710 City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant's Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both Parties. 9.2 Consultant's Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of 3 years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Subsection 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds $10,000.00, the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of 3 years after final payment under the Agreement. Section 10. MISCELLANEOUS PROVISIONS. 10.1 Attorneys' Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys' fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the Parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. Consulting Services Agreement between City of Dublin and 07/01/2021 Swinerton Management & Consulting for Construction Management & Inspection Services Page 11 of 14 711 10.3 Severabilitv. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a "conflict of interest," as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Section 1090 et seq. Consultant hereby warrants that it is not now, nor has it been in the previous 12 months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous 12 months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of California Government Code Section 1090 et seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of California Government Code Section 1090 et seq., and, if applicable, will be disqualified from holding public office in the State of California. At City's sole discretion, Consultant may be required to file with the City a Form 700 to identify and document Consultant's economic interests, as defined and regulated by the California Fair Political Practices Commission. If Consultant is required to file a Form 700, Consultant is hereby advised to contact the Dublin City Clerk for the Form 700 and directions on how to prepare it. Consulting Services Agreement between City of Dublin and 07/01/2021 Swinerton Management & Consulting for Construction Management & Inspection Services Page 12 of 14 712 10.8 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by the City Manager ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 10.10 Notices. Any written notice to Consultant shall be sent to: Swinerton Management & Consulting Attn: Jeffrey Gee, AIA, Vice President 260 Townsend Street San Francisco, CA 94107 Email: jgee@swinerton.com Any written notice to City shall be sent to: City of Dublin Attn: City Engineer 100 Civic Plaza Dublin, CA 94568 10.11 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A, B, and C represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral. Exhibit A Scope of Services Exhibit B Compensation Schedule & Reimbursable Expenses Exhibit C Indemnification 10.12 Counterparts. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. 10.13 Certification per Iran Contracting Act of 2010. In the event that this contract is for one million dollars ($1,000,000.00) or more, by Consultant's signature below Consultant certifies that Consultant, and any parent entities, subsidiaries, successors or subunits of Consultant are not identified on a list created pursuant to subdivision (b) of Section 2203 of the California Public Contract Code as a person engaging in investment activities in Iran as described in subdivision (a) of Section 2202.5, or as a person described in subdivision (b) of Section 2202.5 of the California Public Contract Code, as applicable. SIGNATURES ON FOLLOWING PAGE Consulting Services Agreement between City of Dublin and 07/01/2021 Swinerton Management & Consulting for Construction Management & Inspection Services Page 13 of 14 713 The Parties have executed this Agreement as of the Effective Date. The persons whose signatures appear below certify that they are authorized to sign on behalf of the respective Party. CITY OF DUBLIN SWINERTON MANAGEMENT & CONSULTING DocuL�: ❑cooaarrrrnn n c11 1V/�L Linda Smith, City Manager Attest: DocuSigned by: DUAAft_VV c ars'a'i'oore, City Clerk Approved as to Form: pDocuSigned by: orkitA, Map far City Attorney 3070368.1 PDocuSigned by: I-11 Jeffrey Gee, AIA, Vice President Consultant's DIR Registration Number (if applicable) Consulting Services Agreement between City of Dublin and 07/01/2021 Swinerton Management & Consulting for Construction Management & Inspection Services Page 14 of 14 714 EXHIBIT A Scope of Services Construction Management and Inspection Services The Scope of Services is intended as a guide to illustrate the minimum project requirements. The Consultant Construction Management Team will provide professional and technical services to manage the construction, and inspection, for the assigned project under the supervision of the City of Dublin. The Consultant shall provide all other necessary equipment, vehicle(s), cell phone, tools of the trade, etc. necessary for the project team to successfully complete the project. Services During Pre -Construction: The Construction Manager will assist City Staff in the following: 1. Perform a review of the construction documents issued to the City for review and provide recommendations regarding feasibility of construction methods, current availability of materials and labor and time requirements for procurement. Identify materials or services which may have a long lead time and could impact to the project. Provide written comments to the City for incorporation into the bid documents by addendum if necessary. 2. Work with the City to develop strategies to generate market interest in the Project. 3. Take the lead in managing the bid process including receiving bidder's questions, distributing information to the Owner and their consultant, issuing bid addendums, analyzing bids and ultimately make a recommendation of award to the City Project Manager. Provide documentation and substantiation to allow staff to gain Council approval of award. 4. Maintain an electronic project management filing system on the City's network using the Microsoft office suite. 5. Work with and provide project specific construction recommendations to the design team. Review and provide comment on the construction logistics plans produced by the design team. Services During Construction: The Construction Manager will represent the City during construction of the project. The Construction Manager will perform the following specific services: 1. Coordinate the efforts of the engineer, contractor, local agencies, and City to ensure proper communication and progress of the project. Act as liaison to the City through the City's Project Manager. 2. Schedule, direct and supervise the Project Inspector or work with the City's Sr. Inspector in assignment of inspection staff. 3. Coordinate all required testing services and review testing reports and materials testing personnel. 4. Provide on -site coordination to assure that the project meets the Plans and Specifications and stays on budget and schedule. Consulting Services Agreement between City of Dublin and Last revised 07/01/2021 Swinerton Management & Consulting for Construction Mgmt & Inspection Svcs Exhibit A — Page 1 of 3 715 5. Review, evaluate, and furnish recommendations to the City regarding contractor's performance, construction schedule and any other matters related to compliance with the contract. 6. Provide a daily log of events and activities so as to secure the City's interests and monitor work accomplished in accordance with the contract. 7. Review, track and assist in the preparation of responses to Contractor RFI's. 8. Review, track and assist in the review of Contractor submittals. 9. Review and track certificates of compliance and product submittals for conformance to the project Special Provisions and/or Caltrans Standard Specifications and Plans. 10. Provide a monthly update outlining project status, schedule, submittals, RFI's, and change order issues. Include pertinent photos or supporting documents. The report should include an analysis of any potential delays and their actual relevance. The report should be suitably formatted to share with the City Manager's Office. 11. Issue Weekly Statement of Days Charged. 12. Review and furnish contract correspondence, minutes of meetings and directives to be issued to secure the interests of the City. 13. Review and make recommendations regarding payments to contractor including Change Orders, when applicable, and recommendations regarding any proposed changes. Prepare and provide cost analysis where necessary to verify change order costs generated by the Contractor are reasonable and correct in scope. 14. Attend all construction -related site meetings with the City's representatives, contractors, and other meetings between related parties as required. Maintain separate notes on such meetings. 15. Verify that the Contractor complies with the requirement of the project's water pollution control and staff the project with the required personal and submit necessary documentation to the SMART system. 16. Assist the Design Consultants Team to ensure compliance with the project's various environmental requirements and permits 17. Assist with providing any information to the City Departments as required. 18. Monitor contractor's construction activities to ensure the General Contractor is providing proper planning and coordination of work crews and of subcontractors for the execution of the project work. 19. Identify potential claims and make recommendations to resolve them. 20. Upon completion of the project work, provide a punch list review and recommendation of Project Acceptance. 21. Upon completion of the project work, review all of the Contractor's final submittals to ensure their compliance with final project close-out requirements. 22. The construction Contractor shall be responsible for job site safety. Should a safety or hazardous condition be discovered by the Construction Management Team, it shall be brought to the attention of the Contractor and inform the City. Consulting Services Agreement between City of Dublin and Last revised 07/01/2021 Swinerton Management & Consulting for Construction Mgmt & Inspection Svcs Exhibit A — Page 2 of 3 716 The Project Inspector will represent the City during construction and report to the Construction Manager or Inspector of Record or City Representative: 1. Provide on -site inspection to assure that the project is constructed in compliance with the Plans and Specifications. 2. Perform the duties designated by the City's Building Department Inspector or Inspector of Record for the project. 3. Provide inspectors daily report of events, manpower, and activities so as to secure the City's interests and monitor work accomplished in accordance with the contract. Daily progress pictures shall be incorporated into the report. 4. Take digital photographs and digital video tape recordings of the construction progress on a regular basis, including pre -construction conditions within the project limits. 5. Collect material tags and verify materials on site meet project specifications and project submittals. 6. Maintain a redline set of as -built plans and specifications. 7. Track and field -verify quantities of actual improvements installed by the Contractor and maintain a quantity bid sheet for each bid item of work. 8. Assists the Construction Manager or City Representative in review and recommendation of progress payments. 9. Track and document Time and Materials work issued to the Contractor. 10. Working with the Construction Manager and other agencies and permit holders to issue a project punch -list. Post -Construction Services: 1. 2. Provide marked up construction record drawings (as -built drawings) for designer completion. Coordinate and prepare final progress payment. 3. Provide final inspection services and project closeout activities including preparation of final construction project report and other documents required by City of Dublin, City Building Department or Authority having Jurisdiction and resolve all contractor claims if any. 4. Resolution of all contract issues, warranties, bonds, etc. 5. Turn all construction documents over to the City of Dublin. Consulting Services Agreement between City of Dublin and Last revised 07/01/2021 Swinerton Management & Consulting for Construction Mgmt & Inspection Svcs Exhibit A — Page 3 of 3 717 EXHIBIT B COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES DISCIPLINE HOURLY RATES Principal -In -Charge $250 Project Executive $226 Program Manager $226 Senior Project Manager $202 Project Manager $161 Assistant Project Manager $129 Senior Construction Manager $202 Construction Manager $161 Assistant Construction Manager $129 Senior Construction Inspector $158 Construction Inspector $114 Senior Project Engineer $128 Project Engineer $106 Corporate Manager of Project Controls $317 Scheduler/ Claims Principal $251 Senior Scheduler / Claims Associate $207 Scheduler / Claims Associate $158 Scheduler / Cost Analyst $130 Jr. Scheduler $106 Financial Controls Manager $154 Senior Cost Estimator $194 Cost Estimator $168 Administrative Manager $108 Senior Project Field Administrator $103 Project Field Administrator $83 Intern $71 REIMBURSABLES AND OVERHEAD Swinerton's Standard Hourly Rates are all-inclusive of overhead, laptop computers, cell phones, travel within the greater San Francisco Bay Area, office supplies, etc. Expenses that are not included in our hourly rates would be costs of any specializedsoftware licenses / computer programs required by our Clients. Reimbursable items, if any, are invoiced at cost to our Clients. Consulting Services Agreement between City of Dublin and Last revised 07/01/2021 Swinerton Management & Consulting for Construction Mgmt & Inspection Svcs Exhibit B — Page 1 of 1 718 EXHIBIT C INDEMNIFICATION A. Consultant shall, to the extent permitted by law, including without limitation California Civil Code 2782 and 2782.8, indemnify, hold harmless and assume the defense of, in any actions at law or in equity, the City, its employees, agents, volunteers, and elective and appointive boards, from all claims, losses, and damages, including property damage, personal injury, death, and liability of every kind, nature and description, arising out of, pertaining to or related to the negligence, recklessness or willful misconduct of Consultant or any person directly or indirectly employed by, or acting as agent for, Consultant, during and after completion of Consultant's work under this Agreement. B. With respect to those claims arising from a professional error or omission, Consultant shall defend, indemnify and hold harmless the City (including its elected officials, officers, employees, and volunteers) from all claims, losses, and damages arising from the professionally negligent acts, errors or omissions of Consultant, however, the cost to defend charged to Consultant shall not exceed Consultant's proportionate percentage fault. C. Consultant's obligation under this section does not extend to that portion of a claim caused in whole or in part by the sole negligence or willful misconduct of the City. D. Consultant shall also indemnify, defend and hold harmless the City from all suits or claims for infringement of any patent rights, copyrights, trade secrets, trade names, trademarks, service marks, or any other proprietary rights of any person or persons because of the City or any of its officers, employees, volunteers, or agents use of articles, products things, or services supplied in the performance of Consultant's services under this Agreement, however, the cost to defend charged to Consultant shall not exceed Consultant's proportionate percentage fault. Consulting Services Agreement between City of Dublin and Last revised 07/01/2021 Swinerton Management & Consulting for Construction Mgmt & Inspection Svcs Exhibit C — Page 1 of 1 719 Attachment 6 DUBLIN REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES Project No. 1 - CIP No. PK0422 Iron Horse Nature Park and Open Space — Phase 1 Project No. 2 - CIP No. ST0121 Green Stormwater Infrastructure, South of Amador Valley Boulevard City of Dublin Proposals must be received by: April 10, 2023 Laurie Sucgang, P.E., Assistant Public Works Director/City Engineer 100 Civic Plaza City of Dublin, CA 94568 Proposals will be evaluated on the following: a) responsiveness to the Request for Proposal questions, b) experience of the firm, c) experience and qualifications of the assigned individuals and d) Satisfaction of previous clients. 720 DUBLIN Request for Proposal For Construction Management and Inspection Services Overview The Public Works Department is seeking construction management and inspection services, including necessary materials and testing services, for capital improvement projects, as described in the next section below. The Scope of Services is intended as a guide to illustrate the minimum project requirements. The Construction Management Team will provide professional and technical services to manage the construction and inspection for the assigned project under the supervision of the City of Dublin. The Consultant selected shall provide all other necessary equipment, vehicle(s), cell phone, tools of the trade, etc. necessary for the project team to successfully complete the project. Services During Pre -Construction: The Construction Manager will assist City Staff in the following: 1. Perform a review of the construction documents issued to the City for review and provide recommendations regarding feasibility of construction methods, current availability of materials and labor and time requirements for procurement. Identify materials or services which may have a long lead time and could impact to the project. Provide written comments to the City for incorporation into the bid documents by addendum if necessary. 2. Work with the City to develop strategies to generate market interest in the Project. 3. Take the lead in managing the bid process including receiving bidder's questions, distributing information to the Owner and their consultant, issuing bid addendums, analyzing bids and ultimately make a recommendation of award to the City Project Manager. Provide documentation and substantiation to allow Staff to gain City Council approval of award. 4. Maintain an electronic project management filing system and potentially on the City's network using the Microsoft Office Suite. 5. Work with and provide project specific construction recommendations to the design team. Review and provide comment on the construction logistics plans produced by the design team. Services During Construction: The Construction Manager will represent the City during construction of the project. The Construction Manager will perform the following specific services: 721 1. Coordinate the efforts of the engineer, contractor, local agencies, and City to ensure proper communication and progress of the project. Act as liaison to the City through the City's Project Manager. 2. Schedule, direct, and supervise the Project Inspector. 3. Coordinate all required testing services and review testing reports and materials testing personnel. 4. Provide on -site coordination to assure that the project meets the Plans and Specifications and stays on budget and schedule. 5. Review, evaluate, and furnish recommendations to the City regarding contractor's performance, construction schedule, and any other matters related to compliance with the contract, including the Community Workforce Agreement. 6. Provide a daily log of events and activities so as to secure the City's interests and monitor work accomplished in accordance with the contract. 7. Review, track, and assist in the preparation of responses to Contractor RFIs. 8. Review, track, and assist in the review of Contractor submittals, including obtaining Building Permits as necessary. 9. Review and track certificates of compliance and product submittals for conformance to the project Special Provisions and/or Caltrans Standard Specifications and Plans. 10. Provide a monthly update outlining project status, schedule, submittals, RFIs, and change order issues. Include pertinent photos or supporting documents. The report should include an analysis of any potential delays and their actual relevance. The report should be suitably formatted to share with the City Manager's Office. 11. Issue Weekly Statement of Days Charged. 12. Review and furnish contract correspondence, minutes of meetings, and directives to be issued to secure the interests of the City. 13. Review and make recommendations regarding payments to contractor including Change Orders, when applicable, and recommendations regarding any proposed changes. Prepare and provide cost analysis where necessary to verify change order costs generated by the Contractor are reasonable and correct in scope. 14. Attend all construction -related site meetings with the City's representatives, contractors, and other meetings between related parties as required. Maintain separate notes on such meetings. 15. Verify that the Contractor complies with the requirement of the project's water pollution control and staff the project with the required personal and submit necessary documentation to the SMART system. 722 16. Assist the Design Consultant's Team to ensure compliance with the projects various environmental requirements and permits. 17. Assist with providing any information to the City Departments as required, including any requested tours of the construction site. 18. Monitor contractor's construction activities to ensure the General Contractor is providing proper planning and coordination of work crews and of subcontractors for the execution of the project work. 19. Identify potential claims and make recommendations to resolve them. 20. Upon completion of the project work, provide a punch list review, and recommendation of Project Acceptance. 21. Upon completion of the project work, review all of the Contractor's final submittals to ensure their compliance with final project close-out requirements. 22. The construction Contractor shall be responsible for job site safety. Should a safety or hazardous condition be discovered by the Construction Management Team, it shall be brought to the attention of the Contractor and inform the City. The Project Inspector will represent the City during construction and report to the Construction Manager or Inspector of Record or City Representative: 1. Provide on -site inspection to assure that the project is constructed in compliance with the Plans and Specifications. 2. Perform the duties designated by the City's Building Department Inspector or Inspector of Record for the project, as necessary. 3. Provide inspector's daily report of events, labor, equipment, and activities so as to secure the City's interests and monitor work accomplished in accordance with the contract. Daily progress pictures shall be incorporated into the report. 4. Take digital photographs and digital video tape recordings of the construction progress on a regular basis, including pre -construction conditions within the project limits. 5. Collect material tags and verify materials on site meet project specifications and project submittals. 6. Maintain a redline set of as -built plans and specifications. 7. Track and field -verify quantities of actual improvements installed by the Contractor and maintain a quantity bid sheet for each bid item of work. 8. Assists the Construction Manager or City Representative in review and recommendation of progress payments. 9. Track and document Time and Materials work issued to the Contractor. 723 10. Work with the Construction Manager and other agencies and permit holders to issue a project punch -list. Post -Construction Services: 1. Provide marked up construction record drawings (as -built drawings) for designer completion. 2. Coordinate and prepare final progress payment. 3. Provide final inspection services and project closeout activities including preparation of final construction project report and other documents required by City of Dublin, City Building Department or Authority having Jurisdiction and resolve all contractor claims if any. 4. Resolution of all contract issues, warranties, bonds, etc. 5. Turn all construction documents over to the City of Dublin in electronic format and/or hard copy, as requested. 6. Provide any necessary documentation to meet the requirements of grant funding. Special Inspection and Materials Testing The Special Inspection firm shall be on the City of Dublin's Building and Safety Division's "Recognized Special Inspection & Testing Agency" (see "Special Inspection and Testing Agreement" form, which is available on the City of Dublin's Building and Safety Division website at: https://dublin.ca.gov/152/Handouts) listed in all categories or be able to be added to the list prior to execution of the Agreement. • Laboratory shall be certified by the State of California to provide material testing for Federal Aid Projects. • Field and Laboratory Compaction Testing using Caltrans and ASTM methods. • Plant inspection. • Special Inspection (Concrete Placement, ACI or ICC, Electrical, Mechanical, Welding, Rebar, Conduit, Cables, etc.). • Public Works Inspection, as needed. • Firms will be required to sign and comply with the requirements of the City of Dublin Building and Safety Division's "Special Inspection and Testing Agreement" for projects or project components issued a Building Permit. Protect Description: Project No. 1 - CIP No. PK0422 Iron Horse Nature Park and Open Space — Phase 1 This is the first phase of a new master planned park, Iron Horse Nature Park and Open Space. The project will construct the first 2,000 linear feet of trail from Amador Valley Boulevard northwesterly, in the alignment consistent with the adopted Master Plan (i.e. within the City -owned parcel). The new trail will be 12-feet wide paved with two 2-foot wide shoulders on each side. There will be spur trails or connection trails back to the 724 existing Iron Horse Regional Trail and to the City's existing Stagecoach Park. The park amenities include, entry monumentation sign, bike rack, bike repair station, pet waste station, relocated three -stream waste receptacles, benches, concrete seat wall, boulders to create a seating/gathering space, custom shade structure with seating, culverts with headwalls, endwalls, wingwalls, railing, cobble aprons, etc., plantings, irrigation modification in the existing Stagecoach Park, interpretive signage at the four amenity areas along the 2,000 linear feet of new park. The City -owned parcel has contaminated soil and a hazardous wooden bridge that will be removed as a part of construction, which are relics of its former use as the Southern Pacific Railroad corridor. The project's current engineer's estimate is between $2 and $4 million. There are State park grant funds for the construction phase of the project, which have a project completion deadline of December 31, 2023. There are jurisdictional wetlands on the site that are impacted by the project and will be mitigated on -site. There is also a Kinder Morgan gas pipeline adjacent to the project site, which is crossed two times with the project improvements, overhead utilities, underground fiber optic communications, and an abandoned utility pole that will be removed with the project construction. The existing Iron Horse Regional Trail and South San Ramon Creek are located on the adjacent Zone 7-owned property and will be open and active during construction. Zone 7 Water Agency plans to also have a construction project in progress this summer 2023, which will require coordination with this project construction to avoid conflicts between the two contractors. The draft 100% PS&E package is anticipated to be submitted to the City for review at the end of March/early April. The selected consultant will be required to perform a constructability and biddability review. The resource agency permit applications were submitted in early/mid-March to the ACOE, RWQCB, and CDFW. The construction contractor will be subject to the Community Workforce Agreement (CWA). The Construction Manager will be tasked with assisting the City and the City's CWA consultant in administering the requirements of the CWA. As stated in the CWA, attached to this RFP for reference as Attachment C, the purpose of the CWA is to promote the efficiency of construction operations for the City through the use of skilled labor resulting in quality construction outcomes, to provide for the peaceful settlement of labor disputes and grievances without strikes or lockouts, thereby promoting the public interest in assuring the timely and economical completion of the Project and covered by the CWA, and to increase training and employment opportunities in the construction trades through local hire, apprenticeship and pre -apprenticeship, and community partnership programs for residents of the Local Area. The Consultant Team(s) providing Design Services to the City of Dublin for this Project are not eligible to participate in the Construction Administration, Inspection, and Material Testing of the Project. Project No. 2 - CIP No. ST0121 Green Stormwater Infrastructure, South of Amador Valley Boulevard The City of Dublin and Alameda County Transportation Commission (Alameda CTC) have partnered to design and construct this project, which will allow for the City to meet its requirements of the Green Stormwater Infrastructure Plan and Caltrans' SR84 Expressway Widening and SR84/I-680 Interchange Improvements project, for which Alameda CTC is the lead implementing agency. 725 The project will treat stormwater runoff from the adjacent neighborhoods prior to discharge into South San Ramon Creek and Alamo Creek and will meet stormwater treatment and flow control requirements specified in the San Francisco Bay Regional Water Quality Control Board (RWQCB). Caltrans and the RWQCB have approved off -site stormwater treatment and flow control for the Alameda CTC Project. Improvements include storm water pipes, inlets, outlets, bioretention and hydromodification management basin, landscape plantings, etc. The current engineer's estimate is between $1.2M and $2M. the 50% PS&E is anticipated to be submitted to the City for review in April. The selected consultant will be required to perform a constructability and biddability review of the draft 100% PS&E package, which is anticipated to be submitted in summer 2023. There is also a Kinder Morgan gas pipeline adjacent to the project site, which is crossed at least one time with the project improvements, overhead utilities, and an underground fiber optic communication line. The existing Iron Horse Regional Trail and South San Ramon Creek, as well as Alamo Creek and Alamo Canal Trail are located on the adjacent Zone 7-owned property and will be open and active during construction. Zone 7 Water Agency plans to also have a construction project in progress this summer 2023, which may require coordination with this project construction to avoid conflicts between the various contractors. The construction contractor will be subject to the Community Workforce Agreement (CWA). The Construction Manager will be tasked with assisting the City and the City's CWA consultant in administering the requirements of the CWA, attached to this RFP for reference as Attachment C. The Consultant Team(s) providing Design Services to the City of Dublin for this Project are not eligible to participate in the Construction Administration, Inspection, and Material Testing of the Project. Considerations: Consultants are advised that this agreement is considered "public work" for purposes of the California Labor Code, which requires payment of prevailing wages. The Agency has obtained from the Director of Department of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work. These rates will be on file at the Owner's office at 100 Civic Plaza, Dublin, CA 94568 or online at http://www.dir.ca.gov/OPRL/PWD/index.htm and they will be made available to any interested party upon request. The Consultant with whom an Agreement is entered must pay the prevailing rates, post copies thereof at the job site, provide copies of certified payrolls upon request, and otherwise comply with the applicable provisions of State law. The Consultant is subject to prevailing wage rate compliance monitoring and enforcement by the California Department of Industrial Relations. The Consultant or Subcontractor(s) shall not be qualified to submit a response to this RFP, subject to the requirements of Section 4104 of the Public Contract Code or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered consultant to submit a proposal that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the consultant is registered to perform Public Work pursuant to Section 1725.5 at the time the contract is awarded. 726 Process and General Conditions 1. Proposers shall submit one electronic copy to: Laurie Sucgang, P.E. Assistant Public Works Director/City Engineer 100 Civic Plaza Dublin, CA 94568 Laurie.sucgang@dublin.ca.gov Electronic copies shall be submitted by e-mailed PDF or on USB flash drive. No hardcopies will be accepted. 2. Deadline for submitting the proposal is April 10, at 4:00 p.m. to Laurie Sucgang at laurie.suceane@dublin.ca.eov. 3. The City will not pay for any costs incurred in preparation and submission of the proposals or in anticipation of a contract. The format of submittals is at the discretion of the Proposer. Each proposal shall be limited to a maximum of 10 pages, single -sided, using minimum 12 point font size. Page limit excludes a table of contents, tabbed dividers, resumes for Proposer's team, or project examples. Schedule for RFP Process March 22, 2023 March 29, 2023 April 4, 2023 April 10, 2023 April 19, 2023 May 16, 2023 RFP Submittal Requirements Request for Proposals posted Deadline to submit questions to City of Dublin via e-mail to: laurie.sucgang@dublin.ca.gov Addendum posted, if required Proposals are due no later than 4:00 p.m. on April 10 via e-mail to laurie.sucgane@dublin.ca.gov . Late submittals will not be accepted. Interview firms (optional) Consulting Services Agreement scheduled for approval by the Dublin City Council (Tentative) (Tentative dates, subject to change) Please prepare and organize your Proposal based on the requirements provided below. Please note however that the RFP submittal is limited to 10 pages maximum single sided (excluding resumes) and should be submitted on 8 % x 11 paper, in 12-point font. Page limit excludes a table of contents, tabbed dividers, resumes for Proposer's team, or project examples. 727 Interested firms are requested to one electronic copy of their Proposal as follows: 1. Enclose a cover letter not to exceed one page, describing the firm's interest and commitment to perform work necessary to provide the requested consulting services. The person authorized by the firm to negotiate a contract with the City of Dublin shall sign the cover letter. Please include this cover letter within document and not as a separate page. 2. State the qualifications and experience of the firm/individual(s). Please emphasize the specific qualifications and experience with engagements of similar scope and complexity. 3. Provide at least three references (names and current phone numbers) from recent work (previous five years) similar to the services outlined in this RFP. Please include a brief description of the work performed and the role your firm performed. 4. List key staff members, including identification of the Principal -in -Charge and Project Manager/primary point -of -contact. Include each team member's availability, including all existing committed hours, and the ability of being able to complete the project on time and budget. 5. Provide an approach to completing this project, showing the flow of various tasks of the work and demonstrating the clear understanding of the requested work. 6. Provide a project schedule. 7. Present proposed project budget, to include a compensation rate schedule for services. 8. Provide confirmation of your firm's ability to meet the City's Standard Consulting Services Agreement and insurance requirements. Exceptions to the Agreement and insurance requirements shall be specifically noted in the Proposal. Please submit your Proposal to Laurie Sucgang at laurie.sucgang@dublin.ca.gov no later than April 10 by 4:00 p.m. The entire Proposal (excluding resumes) should be a maximum of 10 pages. Submittals should be addressed as follows: City of Dublin, Public Works Department Attention: Laurie Sucgang, P.E. City of Dublin 100 Civic Plaza Dublin, California 94568 Laurie.sucgang@dublin.ca.gov Late submissions will NOT be accepted. Any Proposal submitted after the stated deadline will not be accepted for consideration. Standard Consulting Services Agreement: 728 It is anticipated that the services covered by the Agreement resulting from this solicitation will be performed on a time and materials fee basis for a specified scope of work. The term of the agreement will begin May 1, 2023 (tentative). A sample of the City's Standard Consulting Services Agreement (Agreement), including insurance requirements, is provided as Attachment A. If the interested firm desires to take exception to the Agreement and/or insurance requirements, the interested firm shall clearly identify proposed changes to the Agreement and furnish the reason for these changes, which shall be included in the qualification. Exceptions will be taken into consideration in evaluating Proposals. Otherwise, the interested firm is to state in the proposal that the Agreement and insurance requirements are acceptable. Consideration for exceptions will not be considered if not included in the submitted proposal. Conflict of Interest Proposer agrees that, for the term of this contract, no member, officer or employee of the City of Dublin, or of a public body within Alameda County or member or delegate to the Congress of the United States, during his/her tenure or for one year thereafter, shall have any direct interest in the contracts or any direct or material benefit arising therefrom. Proposers must provide a list of any potential conflicts of interest in working for the City of Dublin. This must include, but is not limited to, a list of your firm's clients who are the following: Private clients located or operating within the City of Dublin limits, Dublin San Ramon Services District, U.S. Army Camp Parks and/or the County of Alameda, and a brief description of work for these clients. Proposers must also identify any other clients (including public entities), that may pose a potential conflict of interest, as well as a brief description of work you provide to these clients. This list must include all potential conflicts of interest within the year prior to the release of this RFP as well as current and future commitments to other projects. Principals and those performing work for City of Dublin may be required to submit a California Fair Political Practices Commission (FPPC) Form 700: Statement of Economic Interests documenting potential financial conflicts of interest. For additional information, proposers should refer to the FPPC website at http://www.fppc.ca.eov/Form700.html. Equal Employment Opportunity Proposer shall not, on the grounds of race, color, sex, age, religion, national origin, ancestry, physical handicap, medical condition, or marital status either discriminate or permit discrimination against any employee or applicant for employment in any manner prohibited by Federal, State or local laws. In the event of Proposer non-compliance, the City of Dublin may cancel, terminate or suspend the Contract in whole or in part. Proposer may also be declared ineligible for further contracts with the City of Dublin. Proposer shall take affirmative action to ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, or national origin. Such action shall 729 include, but not be limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Proposer and its sub -consultants shall post in conspicuous places, available to all employees and applicants for employment, a notice setting forth the following provisions [29 U.S.C. § 623, 42 U.S.C. § 2000, 42 U.S.C. § 6102, 42 U.S.C. § 12112, 42 U.S.C. § 12132, 49 U.S.C. § 5332, 29 CFR Part 1630, 41 CFR Parts 60 et seq.]. Governing Law This RFP summarizes the applicable laws and governance; when in conflict applicable State/Federal guidelines shall apply. The contract and legal relations between the parties hereto shall be governed and construed in accordance with the laws of the State of California. Insurance Requirements The Contractor shall provide insurance coverage as follows in conformance with the City of Dublin's requirements: General Liability Insurance Automobile Liability Insurance Professional Liability Insurance Workers' Compensation Insurance $1,000,000 $1,000,000 $1,000,000 $1,000,000 References Contractor must include three (3) references for which the company has provided services similar to those described in this RFP. Reference information shall include: Name, Address, Contact, Title, Phone Number, and Term of the Contract. Review and Selection Process The City reserves the right to make the selection based on its sole discretion. A subcommittee selected by City Staff will evaluate proposals provided in response to this RFP. The subcommittee will use a forced ranking process (please see Attachment B, Forced Ranking Rating Sheet, for further detail). Informal interviews may be conducted by City staff and may include more than one firm that has submitted a Proposal. Based on input from this review process, a recommendation will be made to the City Manager. The City Manager will make a recommendation to the City Council for award of contract services. The City reserves the right to award a contract to the firm(s) that the City feels best meets the requirements of the RFP. The City reserves the right to reject any and all Proposals prior to execution of the Agreement, with no penalty to the City. Selection of Consultant Submitted Proposals will be evaluated and scored using the following criteria: • Qualifications and specific experience of key project team members. • Quality and completeness of the proposal. 730 • Experience with engagement of similar scope and complexity. • Satisfaction of previous clients. • Cost of providing the consultant services for this project. 731 Attachment A Standard Consulting Services Agreement 732 Attachment B Forced Ranking Rating Sheet 733 Attachment C Community Workforce Agreement 734 Attachment A Standard Consulting Services Agreement 735 Attachments to RFP Removed for June 6, 2023 City Council Meeting. 736 Attachment 7 PROPOSAL FOR City of Dublin CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES Project No. 1 - CIP No. PK0422 Iron Horse Nature Park and Open Space, Phase 1 Project No. 2 - CIP No. ST0121 Green Stormwater Infrastructure, South of Amador Valley Boulevard April 10, 2023 CITY OF UBLIN Subconsultants: ASSOCIATES GANNETT J FLEMING 737 April 10, 2023 Ms. Laurie Sucgang, PE Assistant Public Works Director/City Engineer City of Dublin 100 Civic Center Plaza Dublin, CA 94568 GANNETT FLEMING 1. PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES, CIP PROJECTS NO. PK0422 AND ST0121 Dear Ms. Sucgang: In order to complete the subject projects on time the City of Dublin requires the services of an experienced construction management and inspection team who knows your staff, your facilities, and can provide value on day one. Gannett Fleming offers the City a cohesive team of construction management and inspection professionals who have recent experience working with your staff to deliver successful public works projects for your citizens. Every member of our team has direct experience working with the City of Dublin to maintain a beautiful, safe, and welcoming community for your citizens. Led by Rany Chek, our principal -in -charge and our Project Manager Kellen MacPhee, Construction Manager (CM) Shu-Jon Mao, and inspectors Brian Barcelona and Tracy Steverson, and subconsultants BSK (special inspections and materials testing) are committed to provide construction management and inspection services to deliver the Iron Horse Nature Park and Open Space -Phase 1 and the Green Stormwater Infrastructure south of Amador Valley Boulevard. You know our team and our work, and you can trust our track record of success in your City. Please reach out to Rany Chek at rchek@gfnet.com or (916) 755-3719 if you have any questions concerning this proposal. Rany is authorized to negotiate our contract with you. We look forward to working with you and your team on these, and future, projects. Sincerely, Rany Chek,E, QSD I Principal -in -Charge 155 Grand Avenue, Suite 504 I Oakland, CA 94612 I T: 510.701.2266 I www.gannettfleming.com 738 TABLE OF CONTENTS Section 1 Cover Letter 1 Section 2 A Team With Experience You Can Trust 2 Section 3 A Common Sense Approach 5 Section 4 Project Budget, Schedule, and Consulting 8 Agreement Appendix Resumes 11 U GANNETT FLEMING 739 A TEAM WITH EXPERIENCE YOU CAN TRUST OUR FIRM Since our founding in 1915, Gannett Fleming, Inc. (Gannett) has built a reputation for excellence, growing to more than 2,700 employees (including more than 500 CM/I professionals) located in more than 65 offices nationally. During our 107-year history, we have performed thousands of projects with our construction management expertise spanning all phases from planning through operations. Gannett's Construction Services Group has overseen $2.5B in construction in the last 5 years. Gannett is recognized by the industry for our projects, performance, processes, and people. Our firm's vision is to be a driving force in improving our communities and sustaining our world. This pairs with our mission statement, which is to amaze our clients with our quality, innovation, responsiveness, and become their trusted advisor; promote a cooperative work environment; and provide a fair return on investment. OUR TEAM Gannett intentionally selected a group of professionals who have worked together on previous projects for the City of Dublin. You can rely on their experience, knowledge of your staff and facilities, and ability to act as a cohesive unit to deliver your projects on time. We included BSK Associates as a subconsultant to provide materials testing/special inspection services for these projects. BSK has worked with the City for over 19 years, and is familiar with your staff, your facilities, and these projects. The table below introduces our key staff, their roles, and relevant experience. Brief resumes for each member are provided in the appendix. Our project references are presented in a table on page 4. GANNETT FLEMING 2 740 PROJECT TEAM STAFF ROLE Rany Chek, PE, QSD Principal in /P Charge Kellen MacPhee, PE, QSD Project Manager EXPERIENCE With more than 27 years of experience, Rany is an effective problem solver with finely honed management skills. His expertise with constructability review services for projects at various levels of design completion has led to considerable time and cost savings for our clients and minimized potential change orders and claims. Kellen has 16 years of experience with the construction of a wide range of capital improvement projects, and is an experienced construction manager for municipal projects. His expertise includes managing contractor submittals, schedules and budgets, and fostering open communication among all parties . Shu-Jon Mao, PE, QSD/P Construction Manager Shu-Jon has 26 years of experience providing engineering and construction management services for a wide range of public works improvement projects. Brian Barcelona Inspector Brian has 28 years of construction inspection services, performing quality control field inspection, safety monitoring, and contract compliance on the construction site. Tracy Steverson Inspector Tracy has 21 years of experience as an inspector, quality assurance representative, and project administrator on major public works construction projects in California. David Eckhardt (BSK) Materials Testing Mr. Eckhardt has over 20 years of experience in the construction industry and is multi -certified to provide concrete sampling, epoxy witness observation, proof load, torque testing, grout injection determination, and relative compaction testing by way of the sand cone and nuclear gauge methods. GANNETT FLEMING 3 741 OUR EXPERIENCE The table below presents some of our experience providing professional services for the City of Dublin and other local municipalities. We look forward to continue delivering success to your PROJECT REFERENCES PROJECT Schaefer Ranch Subdivision Park, Phases 1 and 2 Citywide Pavement Slurry Seal Livermore Village Parking Garage STAFF Rany Chek, Shu- Jon Mao Rany Chek, Kellen MacPhee Rany Chek, Kellen MacPhee, Tracy Steverson, Brian Barcelona CITY OF DUBLIN EXPERIENCE This 6.3-acre park features a "tot lot" for 2- to 5-year- olds, an apparatus play area for 5- to 13-year-olds, a covered picnic structure with eight tables, a tennis court, a basketball court, and a pair of game tables for checkers or chess. A unique "pocket park," featuring horseshoe pits and additional picnic tables, is located just across the street. Our team provided construction management and inspection services. Contact: Former City of Dublin Public Works Dir. Garay Huisingh, ghuisingh@alamedactc.org 510-208-7400 Annual city pavement rehabilitation project, which included full depth grind, wedge grinding, repaving, loop installation and striping at various locations in the City. The project required extensive public outreach and traffic control, which were managed to the City's satisfaction. Contact: Former City of Dublin Civil Engineer Ananthan Kanagasundaram ananthank@ pleasanthillca.org 925-671-5261 A new, multi -story parking garage constructed in the existing Livermore Village downtown area, leaving adjacent infrastructure intact. Contact: City of Livermore Joel Waxdeck, City Engineer, jhwaxdeck@livermoreca. gov 925-960-4521 41 GANNETT FLEMING 4 742 A COMMON SENSE APPROACH The Gannett team understands the City's objective for the two proposed projects. The first project will construct a new linear park and improve the open area along the Iron Horse Trail north of Amador Valley Blvd on land recently acquired by the City from the Union Pacific Railroad. The scope of work of CIP No. PK0422 Iron Horse Nature Park and Open Space — Phase 1 consists of the removal and mitigation of hazardous materials, including the remains of the existing railroad bridge onsite and the construction of a new 2000' linear path and park extending north from Amador Valley Blvd, with many park amenities and connections to both the Iron Horse Trail and Stagecoach Park. The project will also include drainage upgrade, and planting and irrigation modification to the existing Stagecoach Park and on site wetland mitigation. The second project will improve water quality of the storm drain discharge from portions of Amador Valley Blvd and the Heritage Commons neighborhood to the east as part of the City's ACTC Greenwater Program. This project is located south of Amador Valley Blvd, with work consisting of a new culvert tying into the downstream storm drain system to the neighborhood located on the east side of the project, construction of a new linear pretreatment swale and bioretention basin before tying into existing systems for ultimate discharge into the South San Ramon Creek. Gannett will provide the necessary construction management services, acting as a project liaison providing effective communication and coordination between the client (PM), the engineer - of -record, and the contractor team. Our team will provide inspection, environmental support, and materials testing to verify the projects are constructed per the plans and specifications. PRE -CONSTRUCTION SERVICES Shu-Jon Mao, our resident engineer, will coordinate with the City and the design team to review and provide recommendations on the contract documents, provide specific recommendations on constructability issues, help with the advertisement of the bid documents, and provide support throughout the entire bid process through the award, including receiving bidder's questions, issuing of bid addendums and analysis of the bid. CONSTRUCTION SERVICES Our team has extensive experience providing project management for municipalities, having delivered various capital improvement projects from inception through construction and close out, including for the City of Dublin. We will lead the coordination effort for the contractor and GANNETT FLEMING 5 743 stakholders. Shu-Jon will monitor, schedule, budget, and coordinate all required testing services, verifying compliance in the SMART system. He will review, track, and assist the City in to prepare responses to contractor RFIs and make recommendations on any proposed contract change. In the field Brian Barcelona will provide daily onsite inspection of all work and document all conditions with daily reports and photographs for labor, equipment, materials, public safety, and access. Brian will carefully document any quality issues he observes. The team will verify the project meets the plans and specifications and any required building permits. Kellen will provide monthly updates on the job status, job safety and public safety. POST -CONSTRUCTION SERVICES During this phase the team will perform final inspection and produce all closeout document to the City and other stakeholders. We will provide marked up drawing to the designer, resolve all outstanding issues and claims to prepare and make the final payment to the contractor. Rany and Kellen will help in the preparation of any and all documents required for the grant funds and, finally, turn over all construction documents to the City. PROJECT CHALLENGES Due to our familiarity with your facilities and similar projects we were able to identify four challenges that must be overcome. the table onthe following page presents these challenges, our solutions, and their benefit to the City. GANNETT FLEMING 6 744 PROJECT CHALLENGES CHALLENGE Accelerated Construction Timeline. The City received grant funds for the construction phase of the project from the California State Department of Parks and Recreation, the funds stipulate that all construction activities need to be completed by December of 2023. Proximity to Residential Neighborhoods and Trails The project area is surrounded by residential neighborhoods, flanked to the east by the Iron Horse Trail and across the creek from Dublin High School. Limited Work Access/ Zone and Potential Impact to Amador Blvd/ School Traffic The sole vehicular access to the project site is located off Amador Valley Blvd. This road is a major road in the area and a main route to three nearby schools. Hazardous Waste Removal Removal of the Southern Pacific Railroad timber bridge, contaminated soils, and abandon pole SOLUTION Having an experienced Construction Manager (CM) with years of successful projects, including in the City of Dublin, can streamline the constructability review, bidding process, and all construction activities. During the preconstruction stage, we will review all construction documents, and verify proper restrictions for noise, dust, and working hours are included. We will also actively engage in public outreach so the neighbors are informed of activities, address their concerns, and maintain a visible presence on -site. In the pre -construction phase, we will verify restrictions are written into the contract to limit delivery and access times from Amador. This would reduce construction traffic at the critical morning and afternoon school surges and reduce interaction between the public (pedestrian and vehicular) and construction. The CM team will work with the designer to identify the limits of all affected areas. Verify the contract language is specific enough to facilitate a proper bid, while inclusive enough to not exclude unexpected pockets. Unforeseen hazardous waste discoveries are extremely costly and add to lengthy and expensive schedule impacts. BENEFIT TO THE CITY We will partner with the contractor and stakeholders to achieve a quality, successful project, with minimal disruptions to the public with an eye on the schedule. Proactively reaching out to the residents will allow them to prepare for the construction activities and raise concerns before they become larger issues. Additionally, timely responses to concerns and on -site visibility will allow the team to quickly address all concerns and prevent issues from elevating. Reducing the possible interaction between the public and construction activities is critical to reducing risk and improving public relations. Providing clear restrictions in the contract documents will have a zero to negligible impact on the project's total cost and allow the contract to bid on the project accordingly. Performing a site survey and clearly identifying the affected materials and types of contaminates allows for competitive bids from multiple contractors. This reduces the overall costs and risks to the project. GANNETT FLEMING 7 745 PROJECT BUDGET, SCHEDULE, CONSULTING AGREEMENT PROPOSED PROJECT BUDGET Our proposed project budget is $453,027.89. A detailed breakdown, including rates, is presented on pages 9 and 10. PROJECT SCHEDULE A preliminary project schedule that meets the City's time constraints is included on page 10. STANDARD CONSULTING AGREEMENT Gannett Fleming has no comments or changes to the City's Standard Consulting Agreement and Insurance Requirements. Lj GANNETT FLEMING 8 746 GANNETT FLEMING City of Dublin Project No. 1: CIP No. PK0422 Iron Horse Nature Park and Open Space — Phase 1 Project No. 2: CIP No. ST0121 Green Stormwater Infrastructure, South of Amador Valley Boulevard Date: April 10, 2023 Project Schedule 2023 _ May Jun Jul Aug Sep Oct Nov Dec 31 30 31 31 30 31 30 30 21 20 19 22 20 20 18 20 Hours/Month 40 80 192 176 160 160 144 120 2024 Jan 31 20 Calendar days Work days Project 1 CIP No. PK0422 - 2023 - Task 1: Pre-Const. Project 1 CIP No. PK0422 - 2023 - Task 2: Construction Project 1 CIP No. PK0422 - 2024 - Task 3: Post- Const. Project 2 CIP No. ST0121 - 2023 - Task 1: Pre-Const Project 2 CIP No. ST0121 - 2023 - Task 2: Construction Project 2 CIP No. ST0121 - 2024 - Task 3: Post-Const Project 1 CIP No. PK0422 - 2023 - Task 1: Pre-Const. 40 176 160 160 144 80 Feb 29 19 30 20 30 0 Mar 31 21 Estimated NTP (CM Services): Estimated Completion: Total Hours: May 16, 2023 February 28, 2024 1,912 Position Loaded May June July Aug Sep Oct Nov Dec Jan Feb Mar Hours Totals Project/Contract Manager Constructability Review Engineer Resident Engineer Kellen MacPhee, PE $ 256.14 Shu-Jon Mao, PE $ 322.73 40 Shu-Jon Mao, PE $ 322.73 80 0 $ 40 $ 80 $ 12,909.20 25,818.41 SUBTOTALS: 120 Project 1 CIP No. PK0422 - 2023 - Task 2: Construction Is 38,727.61 Position Name Loaded May June July Aug Sep Oct Nov Dec Jan Feb Mar Hours Project/Contract Manager Resident Engineer Senior Construction Inspector Subconsultant Materials Testing (Estimated Total Only) Kellen MacPhee, PE Shu-Jon Mao, PE Brian Barcelona 18SK $ 256.14 $ 322.73 $ 192.10 T&M 112 80 88 88 80 80 80 80 72 72 60 60 I I I I I I I I I I I 0 492 460 0 158,783.21 88,366.58 20,000.00 SUBTOTALS: 952 Project 1 CIP No. PK0422 - 2024 - Task 3: Post- Const. Is 267,149.78 Position Name Loaded May June July Aug Sep Oct Nov Dec Jan Feb Mar Hours Project/Contract Manager Kellen MacPhee, PE $ 263.82 Resident Engineer Shu-Jon Mao, PE $ 332.41 Senior Construction Inspector Brian Barcelona $ 197.86 Subconsultant Materials Testing (Estimated Total Only) I BSK&Associates I T&M 0 $ 20 20 40 $ 10 0 10 $ 1 1 1 1 1 1 I I 1 1 I 1 o Is SUBTOTALS:I 50 13,296.48 1,978.64 3,000.00 I Is 18,275.12 I Project 2 CIP No. ST0121 - 2023 - Task 1: Pre-Const Position Name Loaded May June July l Aug l Sep Oct Nov Dec Jan Feb Mar Hours Project/Contract Manager Constructability Review Engineer Resident Engineer Kellen MacPhee, PE Shu-Jon Mao, PE Shu-Jon Mao, PE $ 256.14 $ 322.73 $ 322.73 40 0 40 0 $ 12,909.20 SUBTOTALS:I 40 Project 2 CIP No. ST0121 - 2023 - Task 2: Construction Position Name =Err Loaded May June July Aug Sep Oct Nov Dec 1 Jan Feb Mar 1 Hours Project/Contract Manager Resident Engineer Senior Construction Inspector Kellen MacPhee, PE $ 256.14 Shu-Jon Mao, PE $ 322.73 Brian Barcelona $ 192.10 88 80 80 72 40 88 80 80 72 40 0 360 360 116,182.84 69,156.45 V V GANNETT FLEMING City of Dublin Subconsultant Materials Testing (Estimated Total Only) BSK&Associates I T&M Project No. 1: CIP No. PK0422 Iron Horse Nature Park and Open Space — Phase 1 Project No. 2: CIP No. ST0121 Green Stormwater Infrastructure, South of Amador Valley Boulevard Date: April 10, 2023 I I I I I I I I I I I I o I 12,000.00 SUBTOTALS: 720 Project 2 CIP No. ST0121 - 2024 - Task 3: Post-Const Is 197,339.29 Position Project/Contract Manager Resident Engineer Senior Construction Inspector Subconsultant Materials Testing (Estimated Total Only) Loaded May June July Aug Sep Oct Nov Dec Jan Feb Mar Hours O $ O $ O $ 263.82 332.41 197.86 BSK & Associates T&M 20 10 0 $ 20 $ 10 $ 0 I 6,648.24 1,978.64 MIEstimated Contract Total: SUBTOTAL :I 30 $ 8,626.88 $ 543,027.89 City of Dublin Project No. 1 - CIP No. PK0422 Iron Horse Nature Park and Open Space — Phase 1 Project No. 2 - CIP No. ST0121 Green Stormwater Infrastructure, South of Amador Valley Boulevard imilizomm.mMay June2023 July 2023 Project 1 CIP No. PK0422 - 2023 M Task 1: Pre -Construction 5/16/23 6/30/23 Task 2: Construction 7/1/23 12/31/23 Task 3: Post- Construction 1/1/24 2/14/24 Project 2 CIP No. ST0121 - 2023 Task 1: Pre -Construction 7/15/23 7/31/23 Task 2: Construction 8/1/23 12/31/23 Task 3: Post- Construction 1/1/24 1/31/24 August 2023 September 2023 October 2023 November 2023 December 2023 January 2024 February 2024 1 APPENDIX LI GANNETT FLEMING 11 749 YEARS OF EXPERIENCE: 27 EDUCATION: BS, Civil Engineering, California State University, San Jose, 1993 REGISTRATIONS: Professional Engineer, California, No. C58855 Qualified SWPPP Developer/Practitioner (QSD/P), No. 01283 Caltrain, Roadway Worker Protection (RWP), No. 001705 BART, Roadway Worker Protection (RWP) RANY CHEK, PE, QSD/P Principal in Charge With more than 27 years of experience, Mr. Chek is the veteran Program/ Project and Construction manager — an effective problem solver with finely honed management skills. He is responsible for overall project coordination, budget control, and making sure our project teams provide the highest quality construction management services. Mr. Chek has successfully managed the construction of a wide range of heavy civil and transportation improvements projects, including rail transit facilities, bridges, highways and roadways, sound and retaining walls, drainage systems, and other appurtenant structures and facilities. His expertise with constructability review services for projects at various levels of design completion has led to considerable time and cost savings for our clients and minimized potential change orders and claims. City of Dublin, 2015 Street Overlay — Dublin, CA Principal -in -Charge. Mr. Chek served as principal -in -charge for the $2 million annual city pavement rehabilitation project, which included full depth grind, wedge grinding, repaving, loop installation and striping at various locations in the City. The project required extensive public outreach and traffic control, which were managed to the City's satisfaction. City of Dublin, Dublin Boulevard/Dougherty Road Widening — Dublin, CA Resident Engineer. Mr. Chek served as resident engineer for the $8 million construction of the high -profile, three -phased roadway widening and intersection improvements. Work included roadway widening; construction of new traffic lanes; construction of concrete curbs, gutters, sidewalks and raised median islands; installation of dual street lighting on both streets; landscaping; pavement rehabilitation; and striping and traffic signal modifications. Responsible for reviewing safety compliance, CPM schedules, and contractor progress payments; participating in informal partnering; negotiating contract change orders and notices of potential claims; managing project documentation; chairing weekly progress meetings; preparing monthly GANNETT FLEMING 750 TEAM MEMBER NAME I ROLE ON PROJECT project reports; drafting final reports for invoicing; and monitoring and coordinating project closeout activities. Town of Corte Madera, On -Call Inspection Services - Corte Madera, CA -Principal -in - Charge. Mr. Chek serves as principal -in -charge for the contract, which involves the inspection of sanitary sewer, onsite storm water management and storm drain facilities, joint trench, site retaining walls, final paving; and ongoing review of erosion and sediment control measures consistent with NPDES and MCSTOPPP requirements. Responsible for providing staff oversight, contract administration, cost management, and quality assurance services. Town of Tiburon Private Development Projects, - Tiburon, CA -Principal -in -Charge. Mr. Chek serves as principal -in -charge for the contract, which involves the review of erosion and sediment control plans consistent with NPDES and MCSTOPPP requirements for various private development projects. Additional work includes site inspections to ensure plan implementation and compliance. Responsible for providing staff oversight, contract administration, cost management, and quality assurance services. City of Larkspur On -Call Construction Support Services for CIP Projects, - Larkspur, CA - Principal -in -Charge. Mr. Chek serves as principal - in -charge for several capital improvement projects, including the Rose Garden, which was one of three commercial subareas designated by the City for urban renewal. Formerly known as the Niven Nursery Site, the 16.8-acre Rose Garden development included 85 residential units; a 2.43-acre community facility site with library; and multi -use paths and landscaped areas. Due to environmental constraints, site work was limited to a 4-month window and construction was completed over three seasons. Work also included roadway widening, street lighting, and water main and utility relocation. Town of San Anselmo On -Call Encroachment Permit Inspection Services - San Anselmo, CA - Principal -in -Charge. Mr. Chek serves as principal - in -charge for the inspection of projects under a Town Encroachment Permit. Work involves the review of traffic control devices and restoration of public facilities such as roadways and sidewalks. Responsible for providing staff oversight, contract administration, cost management, and quality assurance services. County of Monterey, Castroville Bicycle/ Pedestrian Path and Railroad Crossing - Castroville, CA -Principal -in -Charge. Mr. Chek served as the principal -in -charge for the $6.8 million project, which involved the construction of multiple components, including (1) a new Class 1 bicycle and pedestrian path; (2) a new 1,170-foot- long, three -frame, 11-span, 12-foot-wide CIP PS box girder grade separation over UPRR tracks; (3) a 2,400-foot-long paved path; and (4) new pedestrian crosswalks. The new bridge connects two neighborhoods separated by UPRR tracks; provides a much -needed safe route to school for students in Castroville; and links various portions of the existing multi -modal transportation infrastructure in the greater area, improving access for all bicyclists and pedestrians from the Monterey Peninsula, Salinas, Watsonville, to Santa Cruz County. GANNETT FLEMING 751 YEARS OF EXPERIENCE: 16 EDUCATION: BS,Construction Engineering, University of New Mexico REGISTRATIONS: Professional Engineer, California, No. 80777 Qualified SWPPP Developer(QSD) KELLEN MACPHEE, PE, QSD/P Project Manager Mr. MacPhee has 16 years of experience with the construction of a wide range of capital improvement projects, including bridges and highways designed and constructed to Caltrans' standards and rail transit facilities. Mr. MacPhee is well -versed in the construction practices of Caltrans and has a good working knowledge of the agency's Standard Plans, Standard Specifications, and Manuals. He is certified as a competent person for trenching and excavation. Mr. MacPhee is also experienced working in rail transit operating environments with heightened safety procedures and is familiar with the Bay Area Rapid Transit (BART) District's standards and procedures. Mr. MacPhee is experienced in reviewing structures submittals, including falsework, concrete, joint seals, cast -in -drilled hole (CIDH), and abutment, column, and falsework grades. He has a strong working knowledge of applicable federal, state, and local regulations governing the construction of subsurface facilities, including Cal/OSHA. Mr. MacPhee is proficient in the use of AutoCad Civil 3D. City of Dublin, 2019 Slurry Seal — Dublin, CA (Resident Engineer/ Construction Inspector -Mr. MacPhee served as resident engineer and construction inspector for the $1.6 million roadway improvements over 65+ residential roads. Work included asphalt surface repairs, application of slurry seal, pavement failure repair, crack sealing, striping, and installation of traffic signal loops. Responsible for inspecting all phases of the project, including layout of the pavement repairs, installation of traffic signal loops, and placement of asphalt pavement and slurry application; inspecting traffic control measures; and verifying all quantities. City of Dublin, Ramon Road Overlay — San Ramon, CA (Assistant Resident Engineer/Construction Inspector -Mr. MacPhee served as assistant resident engineer/construction inspector for the $3.8 million roadway improvements. Work involved grinding the existing surface; placement of a rubberized asphalt overlay along 1.5 miles of San Ramon Road from Alcosta Boulevard to the GANNETT FLEMING 752 TEAM MEMBER NAME I ROLE ON PROJECT 1-580 interchange; placement of hot mix asphalt overlay on 0.25 mile on Amador Boulevard and 0.3 mile of Dublin Boulevard; realignment and repaving of the multi -use bike path fronting San Ramon Road from 1.25 miles from Dublin Boulevard to Alcosta Boulevard; base repairs; construction of ADA-compliant curb ramps; and construction of curbs, gutters, and sidewalks. Responsible for inspecting all phases of the project, including construction of the ADA ramps, layout of the base repairs, installation of traffic signal loops and camera systems, and placement of asphalt; inspecting traffic control measures; and verifying all quantities. County of Contra Costa, Camino Tassajara Shoulder Widening - San Ramon, CA -Resident Engineer -Mr. MacPhee served as resident engineer for the $27 million federally funded project, which was administered in accordance with the Caltrans LAPM. Work involved shoulder widening; construction of two Class II bike paths along both sides of a 2,100-foot-long segment of Camino Tassajara west of San Ramon; widening of existing travel lanes; construction of new paved shoulders; installation of roadway signing and striping for the Class II bike lanes; relocation of roadside obstacles; modifications to the drainage system; installation of flashing curve advisory beacons on both approaches to the s-curve; regrading of the existing hillside on the east side of the roadway to accommodate the widening; and conforming eight existing driveways. The project provided drivers with a consistent roadway section and a wider recovery zone on both approaches and through an s-curve. City of Oakland, I-880/High Street Sewer and Drainage System Improvements - Oakland, CA (Project Engineer/Superintendent- M r. MacPhee served as project engineer/superintendent for the $2 million infrastructure improvements, which replaced several sewer lines within the Caltrans right-of-way. Responsible for conducting safety and toolbox meetings; preparing the construction narrative; and preparing the as -built drawings for the entire sewer line; facilitating construction and mitigating unknown utilities and design conflicts; developing design change details and solutions in response to design conflicts for approval by the engineer of record; developing excellent working relationships with the utilities representatives and vendors to expedite the resolution of utility issues; preparing correspondence; maintaining project documents; and creating RFIs and submittals. City of Madera, State Route 99/Fourth Street Bridge Widening - Madera, CA (Bridge Resident Engineer/Structures Representative- Mr. MacPhee served as the bridge resident engineer/ structures representative for the $5.5 million widening of the existing 200-foot-long, two -span bridge over State Route 99. Work involved the rehabilitation of the bridge deck with polyester concrete and construction of a 411-foot long, 12-foot-high Type 1 retaining wall. Responsible for oversight and management of project staff and the project schedule (CMP); coordinating material inspection and source inspection subcontractors; managing the contract budget; preparing contract change orders; reviewing and accepting materials and source inspection results; preparing monthly pay estimates; preparing project correspondence; and coordinating with the contractor and Caltrans Oversight staff. GANNETT FLEMING 753 YEARS OF EXPERIENCE: 26 EDUCATION: B.S., Civil Engineering, University of California, Berkeley REGISTRATIONS: Professional Engineer, California, No. C66634 Qualified SWPPP Developer/ Practitioner(QSD/P) SHU-JON MAO, PE, QSD/P Resident Engineer Shu-Jon Mao has 26 years of experience providing engineering and construction management services for a wide range of public works improvements, including private development, transportation (bridges, highways and roadways) rail transit, and water -related projects. He has in- depth knowledge of Caltrans Standard Plans, Standard Specifications, and manuals; bridge and roadway construction, asphalt concrete paving, utility and electrical work, landscaping, and contract administration in accordance with the Caltrans Construction Manual and Local Assistance Procedures Manual. Mr. Mao also has extensive experience working within rail transit live operating environments. City of Dublin, Schaefer Ranch Subdivision Park, Phases 1 and II — Dublin, CA (Resident Engineer -Mr. Mao served as resident engineer for the $5 million construction of a new park facility for the Schaefer Ranch subdivision. Work included construction of new embankments for the area; and the reconstruction of restrooms, facilities, a playground structure, a picnic area, landscape and irrigation, lighting, utilities, storm drain systems, concrete sidewalks, and fencing. Responsible for contract administration, cost control, public relations, safety, and coordinating with multiple stakeholders, including the City of Dublin's Parks Department. City of Dublin, Golden Gate Drive Streetscape — Dublin, CA (Construction Manager -Mr. Mao served as construction manager for the $1.3 million streetscape project, which involved improvements to pedestrian, bicycle, and vehicle experiences near the West Dublin BART Station. Work involved the construction of wider sidewalks; construction of new green -shaded bicycle lanes; placement of hot mix asphalt overlay; installation of new streetlights; planting of trees in sidewalks; placement of sidewalk brick pavers; median landscaping; construction of a new roundabout; and construction of textured asphalt crosswalks and concrete bulb outs. Responsible for administering the contract in accordance with the LAPM, quality assurance, cost control, GANNETT FLEMING 754 TEAM MEMBER NAME I ROLE ON PROJECT certifying materials, claims avoidance, public relations, change orders, and safety. Project Award: 2012 Project of the Year, APWA, Northern California Chapter. City of Larkspur, Doherty Drive Bridge Replacement - Larkspur, CA (Project Manager/ Structures Representative -Mr. Mao served as resident engineer/structures representative for the $2.2 million replacement of the structurally deficient Doherty Drive Bridge over Larkspur Creek. Built in 1965, the Doherty Drive Bridge is located on the busy corridor connecting Highway 101 to the main street of Larkspur. The corrosive effect of salt in Larkspur Creek caused the bridge to deteriorate. The new bridge is a single span, precast prestressed box girder bridge on seat abutments supported on CIDH piles and with an asphalt concrete wearing surface. Removal of the existing two -span conventionally reinforced bridge included deck, rail, and bent piles to 3 feet below the creek bed. Because the project was subject to tidal flows and was constructed without dewatering, extensive planning, stringent water pollution control measures, and extensive forward planning were required. Stage construction was implemented to maintain traffic through the project site at all times. The project also included the widening of roadways, installation of new streetlights, and relocation of water main and utilities. Extensive public relations and community outreach was required due to the close proximity of three schools and a community park. City of Orinda, 2012-2013 Pavement Rehabilitation - Orinda, CA (Senior Project Manager- Mr. Mao served as senior project manager for the $1.5 million roadway improvements along multiple streets throughout the City, including Miner Road (Tiger Tail Court to Sycamore Road), Orinda Way (Irwin Way south towards City Hall), Rheem Boulevard (Hall Drive to Zander Drive), Vista Del Orinda (El Toyonal to Las Piedras), Overhill Road (Tara Road to Glorietta), Camino Sobrante (Orinda Way to El Ribero), and Valley View (Richard Court to Don Gabriel). Project improvements included pavement dig -outs and plugs, pavement and conform grinding, utility adjustments, in -place recycling of asphalt paving, placement of pavement overlay, and pavement delineation. City of Union City, Line M Box Culvert - Union City, CA -Resident Engineer. Mr. Mao served as resident engineer for the $1.3 million phased removal and replacement of 490 linear feet of concrete -lined open channel with a 10-foot-by-12-foot cast -in -place concrete single box culvert that transitions into a double box culvert. Work also included the construction of a cofferdam and drop inlets; installation of pump, discharge pipes, and manholes; and excavation, compaction, and backfilling with non -expansive soils. Project issues included working in a regulated waterway with "work windows" and the potential for contaminated soils due to work on a former industrial site. Responsible for contract administration and field inspection, verifying that the contractor built the project in accordance with Caltrans standards, calculating quantities for progress payments, monitoring the schedule and budget, managing change orders and submittals, mitigating claims, managing submittals and RFIs, coordinating materials testing and surveying, conducting and attending meetings, preparing reports, coordinating among all affected parties, and enforcing SWPPP and safety requirements. assurance services. GANNETT FLEMING 755 YEARS OF EXPERIENCE: 28 BRIAN BARCELONA Inspector Brian offers over 28 years of construction inspection services, including contractor correspondence, resident engineer, and employee -in -charge (EIC) staff on daily construction safety, schedules, and ensuring work is performed based on the approved Site -Specific Work Plans (SSWPs) and contract plans. Brian is an accomplished inspector with almost three decades of outstanding performance in the construction management/ inspection industry. With his experience in the construction industry, he utilizes his knowledge when performing quality control field inspection, safety monitoring, and contract compliance on the construction site. BART, Transbay Tube Internal Retrofit Project, San Francisco Bay Area, CA. As Field Engineer/Inspector for the BART Transbay Tube Internal Retrofit Project, Brian performed quality control field inspection, safety monitoring, and played vital role in ensuring material conformance to the plans and specifications on his projects. He was the first on the front line with the general contractors at the lower and upper galleries during the non -revenue shifts. At the end of every shift, Brian submitted his inspection daily reports and reports out to the Resident Engineer on the construction status. Sacramento Regional County Sanitation District (Regional Sanitation), EchoWater Project - Biological Nutrient Removal (BNR) Treatment Plant, Elk Grove, CA. Brian served as Field Engineer/Inspector for the Biological Nutrient Removal (BNR) Secondary Treatment Facility and the Tertiary Treatment Facility (TTF) as part of the EchoWater project. The BNR Project includes the following: a new primary effluent pump station with an odor control facility; a BNR facility including eight BNR aeration basins; mixed liquor channel, pipe galleries, and an electrical building; a flow splitting structure that distributes mixed liquor to three existing secondary sedimentation tank batteries; blower building and area control center that includes a new blower building to provide air to the BNR basins; and a new control center, SCADA system. Brian's responsibilities included performing quality control GANNETT FLEMING 756 TEAM MEMBER NAME I ROLE ON PROJECT field inspection on one of the largest public works projects in Sacramento's history. The BNR treatment plant will be using the BNR process to eliminate nearly all ammonia and most nitrates from the treated water. Willow Glen (WG) Construction, Commercial Tenant Improvement Projects, Bay Area, CA. As Superintendent, Brian worked on multiple commercial tenant improvement (TI) projects throughout the Bay Area. The firm held contracts for commercial buildings including retail, offices, warehouses, and other spaces that sought better aesthetics, energy efficiency or to create a more comfortable working environment. Brian's duties included scheduling work, receiving proposals from subcontractors, reviewing material submittals, site safety, and ensuring that construction was moving forward per contract specifications. Brian worked closely with the clients, kept on schedule and within budget, and worked with the construction team to deliver timely and quality work. GANNETT FLEMING 757 YEARS OF EXPERIENCE: 21 TRACY STEVERSON Inspector Tracy has 21 years of experience as an inspector, quality assurance representative, and project administrator on major public works construction projects in California. She has worked on projects including earthquake safety, bridges, and structures. She has supported CBOSS PTC construction projects and was responsible for assuring that all work was constructed according to specifications; submitted daily reports, provided visual inspections, assisted with cost control, and monitored safety. Airport Perimeter Dike Improvements, Phase I - Port of Oakland, CA. Tracy served as Construction Inspector for this $15 million dollar project that involves critical perimeter dike improvements to protect the Oakland Airport's South Field facilities from flood waters, meet FEMA's structural levee standards, and maintain continuous Airport operations during severe storms and major earthquakes. The project involves oordination of multiple work elements within a limited width, raising the dike crest at varying heights, raising the dike and rip -rap structure by 2 feet, controlling seepage, construction of a slurry wall, improvements to the in -board slope of the dike, installation of soil -cement shear panels through the dike fill about 2 feet into underlying Merritt/Posey Sand, and the installation of replacement stone columns. Since active fuel lines are situated within the dike, safety is a critical aspect of the project. Tracy provided site oversight; project inspection and contract compliance; interfacing with the Port Representatives; preparing inspector daily reports; and assisting the Resident Engineer with monthly progress payments. She also was responsible for start/end of shift contact with Airport Operations to gain and call off access to sensitive areas. Hayward Maintenance Project, Bay Area Rapid Transit District (BART) - Hayward, CA. Tracy served as Construction Inspector on the Civil Site work, Trackwork and Systems portion of the $200-million new Hayward Maintenance Complex (HMC) Project. The project included demolition, grading, asphalt concrete paving, fencing and lighting; trackwork and special trackwork, GANNETT FLEMING 758 TEAM MEMBER NAME I ROLE ON PROJECT including a new crossover and turnout; sound walls and retaining walls; utilities, including the jack and bore of an 8-inch-diameter waterline under the BART tracks; electrical and traction power work; and train control system work. The crossover and turnout track work required revenue service shutdowns over the course of three weekends. Responsible for inspecting the civil site work, trackwork, and systems portion of the project. Peninsula Corridor Joint Powers Board (Caltrain), 25th Avenue Grade Separation — San Mateo, CA. Construction Inspector for the replacement of existing at -grade crossing with a two -track elevated grade separation, and relocation of the Hillsdale Caltrain Station northward. Project involves construction of 1 mile of new railroad grade separation by partially raising the rails in a lightweight -cellular -concrete (LCC) filled MSE wall; partially epressing the existing road; and constructing two new road connections. Grade crossings require installation of two new concrete precast bridges and a steel bridge. Project also involves construction of a new elevated, center- board, Caltrain station and a two -cell ast-in- place pedestrian viaduct, grading and drainage improvements, and punch list coordination. Oakland International Airport Connector, Bay Area Rapid Transit, Oakland, CA. Tracy was Construction Inspector on this $141 million design - build project in which she provided substructure and station construction for the Oakland Airport Connector. The project consisted of 118 piers for the elevated guideway, 36 at -grade beams, three concrete structure stations, a 200-footlong tunnel, and a 190-foot-long by 2-inch-wide span inverted beam bridge. Tracy was also responsible for performing QA inspections; verifying field work; reviewing as -built drawings; and coordinating site assessment and remediation, safety oversight, and preparation of the punch list. Earthquake Safety Program/Yard Shops Retrofit Project, Bay Area Rapid Transit, Various Locations, CA. Tracy served as Construction inspector on the $17 million Yard Shops Retro- fit Project which included various yard shops and miscellaneous structures. Performed QA Inspections, field work verification, and as -built review. Site assessment and remediation, safety oversight, and punch list coordination. GANNETT FLEMING 759 David Eckhardt— Senior Engineering Technician Professional Background: Mr. Eckhardt has over 20 years of experience in the construction industry. He has performed field inspections and laboratory testing in accordance with ICC (International Code Council), ASTM (American Society for Testing and Materials), ACI (American Concrete Institute) and the California Department of Transportation Test Methods (CTM). Mr. Eckhardt is multi -certified and qualified to provide concrete sampling, epoxy witness observation, proof load, torque testing, grout injection determination, and relative compaction testing by way of the sand cone and nuclear gauge methods. Relevant Experience: City of Dublin, Don Biddle Community Park, Dublin, CA — Mr. Eckhardt served as one of the lead engineering technicians during construction on this 30-acre park that features tennis courts, basketball courts, two playgrounds, a community garden/orchard, a garden shed, an expansive lawn area, shade structures, outdoor classroom, and towering veterans art sculptures. BSK provided geotechnical observations, materials testing, and special inspection services. Dublin San Ramon Services District, Camp Parks Water Main, Dublin, CA — M r. Eckhardt served as the lead materials testing inspector as part of the construction management team providing soil sampling, compaction testing for trench backfill, and hot -mix -asphalt sampling and testing. The project installed approximately 4,643 feet of 8-inch and 12-inch PVC pipeline, valves and appurtenances to replace failing existing pipelines serving the potable water distribution system within Camp Parks Reserve Forces Base located in Dublin, CA. Pleasanton Unified School District, Various Campuses, Pleasanton, CA — Mr. Eckhardt serves as one of the lead engineering technicians for on -going campus modernization projects at Foothill High School, Thomas Hart Middle School, and Lydiksen Elementary School during construction. BSK is providing geotechnical observations, materials testing, and special inspection services to the District. Napa Sanitation District, Los Cameros Pipeline Project, Napa, CA — M r. Eckha rdt served as special inspector to the Resident Engineer for this $20 million project. The pipeline installed nine miles of recycled water pipe through the south Napa County grape -growing region. BSK provided continuous soils observation and compaction testing of subgrade, aggregate base, and hot mix asphalt pavement, as well as sampling and testing of concrete. Delta Diablo, Flood Protection, Diversion and Pump Stations Facilities Repairs, Antioch and Pittsburg, CA— Working under the direction of the project's Construction Manager, Mr. Eckhardt performed concrete placement observation and sampling, compaction testing, and provided recommendations for earthwork. The project included improvements at three pump station and diversion facilities, as well as addressed flood protection. Qualifications Registrations / Certificates: Icc soils Caltrans 125, 231, 375 CPN Nuclear Gauge Operator Education: B.S., Earth Sciences, U.C. Santa Cruz, 2002 A.S. Computer Science, Cabrillo College, 2000 Experience: BSK Associates-2013 to Current Fugro Consultants- 2011 to 2013 Genesis Engineering & Redevelopment- 2009 to 2011 Pacific Crest Engineering-2000 to 2005 Anchor Construction-1987 to 1992 760